SOLICITATION NOTICE
R -- Alarm Monitoring and Maintenance - PWS
- Notice Date
- 9/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
- ZIP Code
- 93043-4307
- Solicitation Number
- N63394-17-T-0184
- Archive Date
- 10/4/2017
- Point of Contact
- TERREN JO,
- E-Mail Address
-
TERREN.JO@NAVY.MIL
(TERREN.JO@NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- PWS This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N63394-17-T-0182 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.5 million dollars. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: Alarm Monitoring and Maintenance Service for the IDS system located at NSWC Port Hueneme Division (NSWC PHD) and two spaces located in building 322 at Naval Station (NS) San Diego. This PWS also covers the service and maintenance of the Hirsch Automated Entry Control Systems (AECS) located in building 1380. The monitoring station must comply with Underwriters Laboratories (UL) Standard for National Industrial Security Systems for the Protection of Classified Material, UL 2050. Interior areas of Secure Rooms through which reasonable access is gained, including walls common to areas not protected at the Top Secret level, are protected by IDS consisting of motion sensors and high security switches (HSS) that meet UL 634 level 1 or 2 requirements standard. The Period of Performance for this requirement is from 25 Sep 2017 to 24 Sep 2018 with an option year from 25 Sep 2018 to 24 Sep 2019. Quotes must be good for a minimum of 30 calendar days after close of the RFQ. Please refer to the attached Performance Work Statement for requirement details. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, incorporated herein by reference: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13, System for Award Management Maintenance. 52.204-14, Service Contract Reporting Requirements. 52. 52.204-16, Commercial and Government Entity Code Reporting. 52.204-17, Ownership or Control of Offeror. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-19, Incorporation by Reference of Representations and Certifications. 52.204-20, Predecessor of Offeror. 52.204-22, Alternative Line Item Proposal. 52.209-2, Prohibition on Contracting with Inverted DomesticCorporations - Representation. 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors. 52.212-2, Evaluation - Commercial Items ( PLEASE SEE BELOW FOR FULL TEXT OF PROVISION ) 52.212-3, Offeror Representations and Certifications. 52.212-4, Contract Terms and Conditions. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-17, Nondisplacement of Qualified Workers 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-22, Previous Contracts and Compliance Reports. 52.222-26, Equal Opportunity. 52.222-35, Equal Opportunity for Veterans. 52.222-36, Equal Opportunity for Workers with Disabilities. 52.222-37, Employment Reports on Veterans. 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.222-50, Combatting Trafficking in Persons. 52.222-55, Minimum Wages Under Executive Order 13658 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. 52.232-36, Payment by Third Party. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.237-3, Continuity of Services. 52.243-1, Changes-Fixed-Price. 52.246-1, Contractor Inspection Requirements. 52.246-16, Responsibility for Supplies. 52.247-34, F.O.B - Destination. 52.252-2, Clauses Incorporated by Reference. 52.252-6, Authorized Deviations in Clauses. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. 252.204-7003, Control of Government Work Product. 252.204-7004 Alt A, System for Award Management. 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015, Disclosure of Information to Litigation Support Contractors. 252.223-7008, Prohibition of Hexavalent Chromium. 252.225-7001, Buy American and Balance of Payments Program. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.225-7048, Export Controlled Items. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006, Wide Area Workflow Payment Instructions. 252.232-7010, Levies on Contract Payments. 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL. 252.243-7001, Pricing of Contract Modifications. 252.246-7003, NOTIFICATION OF POTENTIAL SAFETY ISSUES. 252.247-7023, Transportation of Supplies by Sea. 5237.102-90, Enterprise-wide Contractor Manpower Reporting Application (ECMRA) NAVSEA Clause HQ-G-2-0009 The offeror may submit questions requesting clarification of solicitation requirements to the Contract Specialist, Terren Jo, via email at terren.jo@navy.mil. All questions must be received by 12 September 2017 at 0900 AM PST and all answers to questions will be posted by 13 September 2017 at 0900 AM PST. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit a quotation which shall be considered by the agency. Respond to Terren Jo via email at terren.jo@navy.mil no later than 14 September 2017 by 5:00pm PST. Award will be made to the lowest priced, technically acceptable, responsive, and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its quote, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable quotes, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort. FAR 52.212 -2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical acceptability of the services offered to meet the Government requirement in accordance with the Performance Work Statement (PWS) attached in solicitation number N63394-17-T-0182 (Pass/Fail); (ii) Past Performance (Pass/Fail); and (iii) Price Award will be made to the lowest priced, technically capable, and responsible Offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-T-0184/listing.html)
- Record
- SN04665713-W 20170909/170907231911-b4789637d983114a8418d78382c72d5c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |