SOLICITATION NOTICE
J -- Preventative Maintenance for CCTV System - Performance Work Statement - Solicitation HC102818Q0008 - Quality Assurance Surveillance Plan - Pricing Worksheet for RFQ
- Notice Date
- 5/4/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC102818Q0008
- Archive Date
- 5/25/2018
- Point of Contact
- Gerald C. Thomas, Phone: 6182299732
- E-Mail Address
-
gerald.c.thomas6.civ@mail.mil
(gerald.c.thomas6.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Worksheet for RFQ Quality Assurance Surveillance Plan Solicitation HC102818Q0008 Performance Work Statement 1. The Defense Information Technology Contracting Organization (DITCO), Information Technology Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott AFB, IL 62225-5406, intends to issue a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HC102818Q0008 and the solicitation is issued as a request for quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-97. 2. This RFQ is being issued as an open market procurement and total small business set aside. The associated NAICS code is 811211 - Consumer Electronics Repair and Maintenance and small business size standard is $7.5 million. 3. This requirement is for quarterly preventative maintenance of a closed circuit television (CCTV) system. The work consists of routine preventative maintenance of the CCTV security cameras and control equipment, including the performance of minor repairs/adjustments on as-needed basis. The preventative maintenance is required for the CCTV system consisting of (11) Bosch Security dome style cameras, (1) Phillips 16 channel digital video recorder, (1) Bosch Security 20" LCD color video monitor, and (1) Altronix eight position camera power supply. CLIN 0001, QTY 4, Description: One per quarter preventative maintenance of the CCTV system (Task 6.1 of PWS) CLIN 0002, QTY 1, Emergency Maintenance (Task 6.2 of PWS) CLIN 0003, OPTIONAL, Replacement Equipment and Material (Task 6.3 of PWS) 4. Interested contractors are asked to submit pricing for the above requirement. The contractor shall provide all resources necessary to provide preventative maintenance and repairs as needed for the CCTV system in accordance with the attached Statement of Work. Please see the attached SOW for full requirement details and equipment brands and model numbers. Offerors must also provide all applicable labor categories and rates for the solicited service. Offerors must provide a breakout and explanation of all proposed pricing. OFFERORS MUST COMPLETE THE PRICING WORKSHEET AND THE SOLICITATION DOCUMENTATION FOR THIS RFQ. Proposals MUST be good for 30 calendar days after close of the solicitation. The payment method is through Wide Area Work Flow. 5. Due to the likely inability of any contractor to accurately estimate emergency maintenance that may be required with this requirement, the Government is providing a plug number to be used by all interested contractor when proposing emergency maintenance. Contractors are instructed to proposed a plug number for emergency maintenance in the following EXACT amount, however, actual emergency cost shall be authorized by the Government Point of Contact in writing prior to performance and will be paid. A quote that fails to bid the plug number EXACTLY as provided may be excluded from further consideration. Emergency Maintenance Plug Number Base Year - $2,400 6. The period of performance of this requirement is estimated from May 21, 2018 to May 20, 2019. 7. The place of performance is Portsmouth Naval Shipyard - SUBMEPP Activity, Building 86, 2nd Floor, Portsmouth Naval Shipyard, NH, 03804-5000. 8. The agency intends to award a firm-fixed price order using the lowest price technically acceptable methodology. After receipt of quotes, the Government will first evaluate the lowest price quote. If the lowest price quote is determined to be technically acceptable and otherwise properly awardable, no further evaluations will be conducted, and award will be made. If, however, the lowest price quote is determined to be technically unacceptable and/or otherwise not properly awardable, further evaluations will be conducted. 9. Ensure your representations and certifications are complete in the System for Award Management (SAM) (https://www.sam.gov). Otherwise, you will need to fill out solicitation clause at FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items", and submit with your quote. The FAR requires that federal contractors register in the SAM database at https://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 10. Please provide your DUNS Number, CAGE code, Contractor Point of Contact, Phone Number, E-mail Address, Fax Number, Payment Term (net 30) or Discount, and Business Size (i.e., small, women-owned, etc.), with your quote. 11. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 12. Questions should be addressed to gerald.c.thomas6.civ@mail.mil. The phone number is (618) 229-9732. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. 13. Quotes are due on May 10, 2018 at 10:00 PM (CT) and should be submitted to the contract specialist at DITCO via the following email address: gerald.c.thomas6.civ@mail.mil. 14. The offeror must comply with the commercial items terms and conditions that shall be included in this solicitation and contract. See attached SF-1449 for a complete list of provisions and clauses incorporated by reference and full-text.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC102818Q0008/listing.html)
- Place of Performance
- Address: Portsmouth Naval Shipyard - SUBMEPP Activity, Portsmouth, New Hampshire, 03804-5000, United States
- Zip Code: 03804-5000
- Zip Code: 03804-5000
- Record
- SN04911154-W 20180506/180504230506-92c740a5116671bfbd1e81597a5d49ee (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 |