Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2019 FBO #6555
SOLICITATION NOTICE

S -- CRLA Alarm Monitoring Services - Att 1

Notice Date
11/4/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
140P8420Q0004
 
Archive Date
12/3/2019
 
Point of Contact
Jack Northcutt, Phone: (541) 883-6884
 
E-Mail Address
jack_northcutt@nps.gov
(jack_northcutt@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Experience Quote Sheet This is a combined synopsis/solicitation for 24-hour continuous Alarm Monitoring and Notification Services, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2019-06 as of October 10, 2019. Quotations are requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8420Q0004 and is issued as a request for quotation (RFQ). This acquisition is 100% set-aside for small businesses. The North American Standard Industrial Classifications System Code is 561621 with an associated small business size standard of $22 million. The Government intends to award a firm fixed-price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/. DESCRIPTION 24-hour continuous alarm monitoring and notification services for fifteen facilities in Crater Lake National Park, Klamath County Oregon. The alarm systems include fire, utilities, and intrusion. The Contractor shall furnish all necessary equipment and labor for signal monitoring, retransmission, reporting of alarm, supervisory, or trouble signals. The Contractor is responsible for programming their telephone numbers in the alarm panels, if required. REFERENCED STANDARDS UL 827, the Standard for Central Station Alarm Services NFPA 72, National Fire Alarm and Signaling Code, 2019 edition FIRE, INTRUSION, AND PANIC ALARM SIGNALS The Contractor shall immediately notify Emergency Communications of Southern Oregon (ECSO) of all general alarms. All general alarms require an in-person notification be made to the dispatch center immediately after being received. ECSO will contact the National Park Service Duty Ranger informing them of the alarm. SUPERVISORY, TROUBLE, AND UTILITY ALARM SIGNALS The Contractor shall immediately notify the NPS Buildings and Utilities Division (B & U) of all alarm signals. Notification shall provide the time, type (trouble, general) and complete address of the alarm. The complete address shall include all known information (zone number, floor number, and type of monitoring device). REPORTING The Contractor shall provide by email a monthly report of all alarm activity to CRLA B&U and the Contacting Officer. IMPAIRMENTS The CRLA Chief Ranger or the Contracting Officer will provide a listing of NPS personnel authorized to contact the contractor regarding alarm activations or to take an alarm "out-of-service and is responsible for amending the list as needed. ADDITIONAL INFORMATION The Contracting Officer will provide complete contact information after contract award. The following table lists the current alarm systems. If at any time during the contract period there is a need for alarm systems to be added or deleted, the Contractor shall provide or discontinue monitoring and notification service at the current contract year's unit price. The contract shall be modified to reflect such additions or deletions. Facility Number & NameAlarm Panel Bldg 1 Sager AdminFire-Lite Sensiscan Bldg 2 Steel Visitor CenterNotifier SFP-2404 Bldg 3 Canfield Ranger StationFCI BMFC-6 & Silent Knight 5207 Bldg 4 WarehouseSilent Knight 5208 Bldg 5 Rat HallSilent Knight 5208 Bldg 14 MaintenanceFCI 72 Bldg 19 Science & Learning CenterSilent Knight IFP-50 Bldg 20 Science & Learning QtrsSilent Knight IFP-50 Bldg 36 Old Phone BldgFire-Lite Miniscan 424A Bldg 66 Kiser Studio Silent Knight IFP-50 Bldg 116 Community HouseSimplex 4010-9101 Bldg 222 Community CenterIFC320 Bldg 232 Annie Springs Fee StationTBD Bldg 234 North Entrance Fee StationTBD Mazama CG lift stationTBD PERIOD OF PERFORMANCE The base period will start at the time of contract award. Option years, if awarded, will begin the following year. The anticipated dates are: Base Year:December 1, 2019 - November 30, 2020 Option Year One:December 1, 2020 - November 30, 2021 Option Year Two:December 1, 2021 - November 30, 2022 Option Year Three:December 1, 2022 - November 30, 2023 Option Year Four:December 1, 2023 - November 30, 2024 TERMS AND CONDITIONS - The following FAR provisions and clauses apply: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full) 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 (within 52.212-5, applicable clauses are the following: 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 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) 52.222-41, Service Contract Labor Standards (See Wage Determination 2015-5572 (Rev.- 9) at https://beta.sam.gov/help/wage-determinations 52.222-42, Statement of Equivalent Rates for Federal Hires Employee Class: GS-0391-05, Monetary Wage: $16.27, Fringe Benefits: $5.41 52.222-55, Minimum Wages under Executive Order 13658 52.222-62, Paid Sick Leave under Executive Order 13706 E.O. 13706 52.217-5, Evaluation of Options 52.217-9, Option to Extend the Term of the Contract 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop-Work Order 52.242-17, Government Delay of Work Full text versions of all FAR references and clauses are available at http://farsite.hill.af.mil/vmfara.htm CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) In accordance with agency policy and FAR 42.1502, past performance evaluations may be reported to CPARS for Government use in evaluating past performance as part of a source selection action. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. RESPONSIBILITY DETERMINATION It is the general policy of the Department of the Interior that contract shall be awarded only to contractors determined to be responsible in accordance with Part 9 of the Federal Acquisition Regulations (FAR). No contract shall be awarded to any person or firm unless the Contracting Officer first makes an affirmative determination that the prospective contractor is responsible within the meaning of FAR Part 9. INSTRUCTIONS TO OFFERORS: There are two attachment to the solicitation: Attachment 1 - Quote Sheet and Attachment 2 - Experience and Past Performance Form Quotations are due November 18, 2019, 4:00 PM, PST and must include the following information: 1.Company name and DUNS number, Contact name, phone number and e-mail 2.Pricing - Use Attachment 1 - Quote Sheet 3.Experience & Past Performance Questionnaire - Use Attachment 2 4.Copy of UL® Certification for Central Station Protective Signaling Services - Monitoring Quotations must be sent to e-mail address: jack_northcutt@nps.gov on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation). DO NOT send quotations to, or contact the default contracting office address in Denver, Colorado. The point of contact for this solicitation is Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: jack_northcutt@nps.gov OFFER EVALUATION(S): 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 capability of the contractor - describe relevant and recent (or current) services performed within the last three years. Use Attachment 2, Relevant Experience & Past Performance Form. (ii) Past performance - quality, efficiency, effectiveness and timeliness including satisfaction of work as evidenced in the submittal of Attachment 2, Relevant Experience & Past Performance Form. (iii) Price (use Quote Sheet, Attachment 1) (b) Technical capability and past performance are approximately equal to cost or price. (c) Options. In accordance with FAR 17.206(b), the Government will evaluate offers for award purposes by adding the total price for options 0030 - 0060 to the price for the basic requirement (Lines 0010 & 0020). Evaluation of options will not obligate the Government to exercise the option(s). (d) 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/DOI/NPS/APC-IS/140P8420Q0004/listing.html)
 
Record
SN05488581-W 20191106/191104230431-e25911d7b34cda22f2fe340149701d1f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.