SOLICITATION NOTICE
J -- ACCESS CONTROL SYSTEM MAINT SERVICE
- Notice Date
- 6/1/2020 9:57:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
- ZIP Code
- 40121-5000
- Solicitation Number
- W9124D-20-Q-0026
- Response Due
- 6/12/2020 12:00:00 AM
- Archive Date
- 12/09/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W9124D-20-Q-0026 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.50M. This requirement is an Women-Owned Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-06-12 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be FORT KNOX, KY 40121 The MICC Fort Knox requires the following items, Meet or Exceed, to the following: LI 001: Access Control System Maintenance MAUDE Complex,IAW the PWS included herein. Period of Performance:22 September 2020 to 21 September 2021., 1, JOB; LI 002: Access Control System Maintenance BLDG 1307, IAW the PWS included herein. Period of Performance:22 September 2020 to 21 September 2021., 1, JOB; LI 003: Access Control System Maintenance BLDG 2366 /2389,IAW the PWS included herein. Period of Performance:22 September 2020 to 21 September 2021., 1, JOB; LI 004: Equipment Lifecycle Replacement. Provide the Lifecycle Replacement of Equipment that can no longer be repaired for the Maude Complex, BLDG 1307, and BLDG 2366/2389 during the period of 22 September 2020 to 21 September 2021 IAW the PWS included herein., 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com.Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process.Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL New equipment ONLY, NO remanufactured or used products. No ""GREY"" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. The following FAR clauses are applicable: 52.204-7 System for Award Management; 52.204-9 Personal Identity Verification of Contractor Personnel; 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; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations;52.212-1 Instructions to Offerors--Commercial Items;52.212-4 Contract Terms and Conditions--Commercial Items; 52.222-41 Service Contract Labor Standards; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-10 Waste Reduction Program; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation.The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov. The following DFARS clauses are applicable under DFARS: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items. The full text of a DFAR clauseS may be accessed electronically at http://www.acquisition.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2c572c730945488995aa6d9362a2fff5/view)
- Place of Performance
- Address: FORT KNOX, KY 40121, USA
- Zip Code: 40121
- Country: USA
- Zip Code: 40121
- Record
- SN05675674-F 20200603/200601230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |