SOLICITATION NOTICE
R -- Alarm Response Service for FWC at Bldg 20k and 1330 Inverness, Colo Spgs - SOW and Wage Det
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W91260) SMDC-CS, 350 Vandenberg St., Building 3, Peterson AFB, Colorado, 80914, United States
- ZIP Code
- 80914
- Solicitation Number
- W9126018Q0002
- Point of Contact
- George P. Knowlton, Phone: 7195541967
- E-Mail Address
-
george.p.knowlton.civ@mail.mil
(george.p.knowlton.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DOL Wage Determination SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 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. This solicitation is issued as Request for Quote (RFQ) Number W9126018Q0002 and is a 100% small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, effective 22 August 2018. NAICS number is 561612. Business Size Standard is $20,500,000. DESCRIPTION: The Contractor shall provide all management, labor, supervision, training, equipment, transportation and supplies necessary to provide a physical response by an unarmed individual within 15 minutes of notification that a condition has caused an annunciation (alarm) of the Intrusion Detection Systems (IDS) within the Government sites at 2525 Aviation Way, Colorado Springs, CO 80916 and 1330 Inverness Drive, Colorado Springs, CO 80910 for USASMDC/ARSTRAT, Future Warfare Center (FWC). The successful offeror shall start performing the alarm response service on the period of performance start date in Contract Line Item Number (CLIN) 0001 below after receipt of Purchase Order. Offerors shall structure their quote or proposal to include a price for all items as listed and described in/for CLIN 0001, 1001, 2001, 3001, and 4001 below. Base Period CLINs: CLIN 0001 - Alarm Response Service. Non-Personal Services: The Contractor shall provide a physical response by an unarmed individual within 15 minutes of notification that a condition has caused an annunciation (alarm) of the IDS within the Government sites at 2525 Aviation Way, Colorado Springs, CO 80916 and 1330 Inverness Drive, Colorado Springs, CO 80910 for USASMDC/ARSTRAT, FWC for period of performance 9/20/2018 - 9/19/2019; in accordance with (IAW) the attached Statement of Work (SOW) dated 22 August 2018. QTY: 12 Months. CLIN 0002 - Contractor Manpower Reporting. IAW paragraphs 8 - 8.2 of the attached SOW dated 22 August 2018. Contractor Manpower Reporting (CMR) cost shall be incorporated in the prices/costs quoted by the contractor for performance of the contract work; there will not be separate pricing compliance with CMR requirements. The contractor shall report all contractor manpower required for performance of this contract. If needed, please refer to the CMR users guide at the website provided in the supplemental information, to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31. If contract performance is completed before Sep 30 of a Fiscal Year, the data may be entered upon contract completion rather than waiting for the end of the Fiscal Year. QTY: 1 Each. Not Separately Priced (NSP) Option 1 Period CLINs: CLIN 1001 - Alarm Response Service. Non-Personal Services: The Contractor shall provide a physical response by an unarmed individual within 15 minutes of notification that a condition has caused an annunciation (alarm) of the IDS within the Government sites at 2525 Aviation Way, Colorado Springs, CO 80916 and 1330 Inverness Drive, Colorado Springs, CO 80910 for USASMDC/ARSTRAT, FWC for period of performance 9/20/2019 - 9/19/2020; IAW the attached SOW dated 22 August 2018. QTY: 12 Months. CLIN 1002 - Contractor Manpower Reporting. IAW paragraphs 8 - 8.2 of the attached SOW dated 22 August 2018. Contractor Manpower Reporting (CMR) cost shall be incorporated in the prices/costs quoted by the contractor for performance of the contract work; there will not be separate pricing compliance with CMR requirements. The contractor shall report all contractor manpower required for performance of this contract. If needed, please refer to the CMR users guide at the website provided in the supplemental information, to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31. If contract performance is completed before Sep 30 of a Fiscal Year, the data may be entered upon contract completion rather than waiting for the end of the Fiscal Year. QTY: 1 Each. Not Separately Priced (NSP) Option 2 Period CLINs: CLIN 2001 - Alarm Response Service. Non-Personal Services: The Contractor shall provide a physical response by an unarmed individual within 15 minutes of notification that a condition has caused an annunciation (alarm) of the IDS within the Government sites at 2525 Aviation Way, Colorado Springs, CO 80916 and 1330 Inverness Drive, Colorado Springs, CO 80910 for USASMDC/ARSTRAT, FWC for period of performance 9/20/2020 - 9/19/2021; IAW the attached SOW dated 22 August 2018. QTY: 12 Months. CLIN 2002 - Contractor Manpower Reporting. IAW paragraphs 8 - 8.2 of the attached SOW dated 22 August 2018. Contractor Manpower Reporting (CMR) cost shall be incorporated in the prices/costs quoted by the contractor for performance of the contract work; there will not be separate pricing compliance with CMR requirements. The contractor shall report all contractor manpower required for performance of this contract. If needed, please refer to the CMR users guide at the website provided in the supplemental information, to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31. If contract performance is completed before Sep 30 of a Fiscal Year, the data may be entered upon contract completion rather than waiting for the end of the Fiscal Year. QTY: 1 Each. Not Separately Priced (NSP) Option 3 Period CLINs: CLIN 3001 - Alarm Response Service. Non-Personal Services: The Contractor shall provide a physical response by an unarmed individual within 15 minutes of notification that a condition has caused an annunciation (alarm) of the IDS within the Government sites at 2525 Aviation Way, Colorado Springs, CO 80916 and 1330 Inverness Drive, Colorado Springs, CO 80910 for USASMDC/ARSTRAT, FWC for period of performance 9/20/2021 - 9/19/2022; IAW the attached SOW dated 22 August 2018. QTY: 12 Months. CLIN 3002 - Contractor Manpower Reporting. IAW paragraphs 8 - 8.2 of the attached SOW dated 22 August 2018. Contractor Manpower Reporting (CMR) cost shall be incorporated in the prices/costs quoted by the contractor for performance of the contract work; there will not be separate pricing compliance with CMR requirements. The contractor shall report all contractor manpower required for performance of this contract. If needed, please refer to the CMR users guide at the website provided in the supplemental information, to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31. If contract performance is completed before Sep 30 of a Fiscal Year, the data may be entered upon contract completion rather than waiting for the end of the Fiscal Year. QTY: 1 Each. Not Separately Priced (NSP) Option 4 Period CLINs: CLIN 4001 - Alarm Response Service. Non-Personal Services: The Contractor shall provide a physical response by an unarmed individual within 15 minutes of notification that a condition has caused an annunciation (alarm) of the IDS within the Government sites at 2525 Aviation Way, Colorado Springs, CO 80916 and 1330 Inverness Drive, Colorado Springs, CO 80910 for USASMDC/ARSTRAT, FWC for period of performance 9/20/2022 - 9/19/2023; IAW the attached SOW dated 22 August 2018. QTY: 12 Months. CLIN 4002 - Contractor Manpower Reporting. IAW paragraphs 8 - 8.2 of the attached SOW dated 22 August 2018. Contractor Manpower Reporting (CMR) cost shall be incorporated in the prices/costs quoted by the contractor for performance of the contract work; there will not be separate pricing compliance with CMR requirements. The contractor shall report all contractor manpower required for performance of this contract. If needed, please refer to the CMR users guide at the website provided in the supplemental information, to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31. If contract performance is completed before Sep 30 of a Fiscal Year, the data may be entered upon contract completion rather than waiting for the end of the Fiscal Year. QTY: 1 Each. Not Separately Priced (NSP) Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of quotes. Any interested/qualified small business sources that believe they can provide the required Alarm Response Services must respond by submitting their quote or proposal no later than 4:00 PM (Mountain Time) on 06 September 2018. Contract award is anticipated no later than 14 September 2018. The Government plans on issuing a purchase order for this procurement. Payment of contractor invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. Contractor will be required to submit invoice(s) through Wide Area Workflow (WAWF) system. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical - acceptability of the alarm response service items offered; (2) Delivery Schedule - ability to offeror's response personnel to start performing the alarm response service on the period of performance start date in CLIN 0001; (3) Total Price, for all services and/or items as described in CLINs 0001 - 4002 above - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. QUOTE/PROPOSAL PREPARATION INSTRUCTIONS: The offeror shall accurately, fully, and clearly demonstrate in their quote or proposal, how the services and/or items proposed meet the requirements set forth in this solicitation and the attached SOW date 22 August 2018; regardless of how offered (e.g., open market, Federal Supply Schedule). Offerors shall also provide proof of their response personnel certifications; along with their quote or proposal. The offeror's quote or proposal must also specify who will perform the alarm response service, i.e. self-performance or subcontract to another contractor. Offerors that offer services and/or items against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's quote or proposal. Award will be made without discussion. Therefore, each offeror is encouraged to and must submit their best terms with their quote or proposal. The most current version of provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer if the Offeror's FAR 52.212-3, Representations and Certifications--Commercial Items, are not current or up to date in System for Award Management (SAM) system. The most current versions of the following Federal Acquisition Regulation (FAR) clauses are applicable to this acquisition: 52.202-1, Definitions 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-50, Combating Trafficking in Persons 52.223-6, Drug-Free Workplace 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference The most current versions of the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.247-7023, Transportation of Supplies by Sea Department of Labor Wage Determination No. 2015-4265 (Rev 3) dated 06/29/2017 establishes the minimum wage and health and welfare for Anne Arundel County, Maryland and Department of Labor Wage Determination No. 2015-4269 (Rev 1) dated 02/09/2017 establishes the minimum wage and health and welfare for Frederick County, Maryland, and are incorporated into and made part of this solicitation and will be made part of the resultant contract in accordance with clause 52.222-41, Service Contract Labor Standards (41 U.S.C. chapter 67). Copies of the those two wage determinations are included as attachments to the subject solicitation. Wage Determination No. 2015-4265 (Rev 3) is applicable to work to be performed at Fort Meade. Wage Determination No. 2015-4269 (Rev 1) is applicable to work to be performed at Fort Detrick. Quotes or proposals sent via the US Postal Service should be mailed to Army Contracting Command - Redstone, ATTN: CCAM-CAC (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes or proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes or proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of quotes or proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes or proposals are received no later than 4:00 PM (Mountain Time) on 06 September 2018. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719)554-8442 or at e-mail george.p.knowlton.civ@mail.mil. Response sent to any other email address will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/170fcb597bc361c904a531602fd14c07)
- Place of Performance
- Address: 2525 Aviation Way, Colorado Springs, CO 80916 and 1330 Inverness Drive, Colorado Springs, CO 80910, Colorado Springs, Colorado, 80916, United States
- Zip Code: 80916
- Zip Code: 80916
- Record
- SN05051936-W 20180825/180823231047-170fcb597bc361c904a531602fd14c07 (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 |