SOLICITATION NOTICE
J -- Access Control System (ACS) Intrusion Detection System (IDS) Camera Services
- Notice Date
- 12/3/2020 4:26:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
- ZIP Code
- 432131152
- Solicitation Number
- HQ042321R0002
- Response Due
- 12/8/2020 7:00:00 AM
- Archive Date
- 12/23/2020
- Point of Contact
- Anthony M. Svab, Phone: 6147014283
- E-Mail Address
-
anthony.m.svab2.civ@mail.mil
(anthony.m.svab2.civ@mail.mil)
- Description
- ACS IDS Cameras Service for DFAS-Indianapolis REQUEST FOR QUOTES (RFQ) NO: HQ0423-21-R-0002 This is a combined synopsis/solicitation (RFQ) for the acquisition of Access Control System (ACS) Intrusion Detection System (IDS) Camera services for Defense Finance and Accounting Service Indianapolis, IN (DFAS-IN) in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� Under FAR Part 13.3 the Government intends to award one fixed priced contract. �This will be full and open for all vendors.� NAICS code for this announcement is 561621 with small business size standard of $16.5 million. SOLICITATION CLOSING DATE: �All quotes must be received by 10 am (Eastern), Thursday, December 3, 2020.� Preferred delivery method for submission of your quote is via email: anthony.m.svab2.civ@mail.mil. ��Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following:� Best Available price for requested ACS IDS Cameras services; Vendor Contact Name, Phone Number and Email Address; Company Cage Code and DUNS Number; Tax Identification Number; Business Size:� Small/Large/Other: _______________ � List any Acceptance Criteria:�� All or none basis.� � � IMPORTANT REMINDERS:� � Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/. � List of Attachments: The following are attached and included as part of this RFQ: Statement of Work (SOW), Included Provisions and Clauses in Full Text, Limited Source Justification � Brand Name (redacted), and Schedule of Items Table. � **Please see the attached Schedule of Items Table. Please utilize this schedule when submitting your quote. Failure to use the attached schedule will result in your quote NOT being considered for award. ** � **Please complete the provisions FAR 52.204-24 and 52.204-26 fill-in sheet that is found on Page 1 & 2 on the document entitled �FULL TEXT.� Failure to return a complete version of this provision will result in your quote NOT being considered for award.** � Description: The Contractor will provide labor, service, personnel, parts, supervision, equipment, tools, material, and other items and services as needed for the DFAS-IN Access Control System (ACS) that includes LENEL System Administration, Alarm Monitoring, Video Viewer, automatic door openers and all associated hardware, software, and equipment for the system to be fully operational.� The Contractor will provide labor, service, personnel, parts, supervision, equipment, tools, material, and other items and services as needed for the DFAS-IN Intrusion Detection System (IDS) (that includes DMP and Bosch system panels along with all associated hardware, field devices and equipment for the system to be fully operational). � The IDS Areas are: ����������� Client Systems 1 Alarm: Requires UL ����������� Client Systems 2 Alarm: Requires UL ����������� Agency Force Protection: No UL ����������� Force Protection Operations Center: No UL ����������� The Office of Preparedness: No UL ����������� Client Systems 2 Server Room: No UL ����������� Disbursing Vault: No UL ����������� Room 139V: No UL � Period of Performance:� This contract will be established for a one (1) year* base period with four (4) one-year option periods. (*From date of award.) Place of Performance: Defense Finance and Accounting Service-Indianapolis 8899 East 56th Street, Indianapolis, IN 46249. � BASIS FOR AWARD: �The Government will award to the Contractor whose quote is determined to be lowest price technically acceptable. Option(s), inclusive of any potential extensions in accordance with FAR 52.217-8, will be evaluated at time of award. (Ref FAR 52.217-5)� The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement.� � Basis for Determining Technical Qualification: In order to be considered technically acceptable, the vendor must be: 1) LEVEL/On-Guard certified and 2) Bosch and DMP Intrusion Detection System authorized resellers with a familiarity with Bosch and DMP technology and support those devices. Quoting vendors must have employees with the necessary certifications, have a working knowledge of these systems, and be Value Added Resellers of these systems. For more detail, see attached SOW (see attached). �Your quote MUST include the Schedule of Items and Provisions 52.204-24 and -26 (see attached).� Failure to include these items and to indicate in writing on your quote that you can provide technicians with the qualifications required in the SOW will result in your quote not being considered for award. � Qualifications:� Contractor must possess and demonstrate a working knowledge of the LENEL ON-Guard software applications. Contractor must maintain and submit proof of LENEL/On-Guard Certifications for their employees. Contractor must be a LENEL Value Added Reseller (VAR).� The Contractor must maintain and submit proof of their VAR license. Contractor must possess and demonstrate a working knowledge of the Bosch and DMP Intrusion Detection System panels and associated devices to support system operation. Contractor must be a Bosch and DMP reseller. The Contractor must maintain and submit proof of their reseller license for Bosch and DMP. � � INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract.� Reference DFAR Clause 252.232-7006. � PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at https://acquisition.gov/. Provisions By Reference: FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.212-1 Instructions to Offerors � Commercial Items (DEVIATION 2018-O0018) (MAR 2020) FAR 52.212-3 Alt. I� Offeror Representation and Certifications � Commercial Items Alternate I (AUG 2020) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (April 1984) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Jun 2019) Clauses By Reference: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2018) FAR 52.223-10 Waste Reduction Program (MAY 2011) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.242-15 Stop-Work Order (Aug 1989) FAR 52.253-1 Computer Generated Form (JAN 1991) DFARS 252.201-7000 Contracting Officer�s Representative (Dec 1991) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7006 Billing Instructions (Oct 2005) DFARS 252.204-7012-- Safeguarding Covered Defense Information and Cyber Incident Reporting. (Dec. 2019) DFARS 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support (MAY 2016) DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (May 2019) DFARS 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials (SEP 2014) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018) DFARS252.232-7010 Levies on Contract Payments (Dec 2006)� DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000 Subcontracts for Commercial Items.� (Jun 2013)�� � Provisions by Full Text: � FAR 52.252-5���� AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. � Clauses Incorporated by Full Text: The following provisions and clauses in full text have been separately attached � FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.204-26 Covered Telecommunications Equipment or Services � Representation (DEC 2019) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items (Jul 2020) FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) � WAGE DETERMINATION:� The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference (FAR 52.212-5). Wage Determination No 2015-4787, Revision No 13, dated 5/7/20 is applicable to this solicitation and may be viewed at https://beta.sam.gov/. � � QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:� All questions and inquiries concerning any aspect of this announcement must be submitted in writing to anthony.m.svab2.civ@mail.mil for clarification sufficiently in advance of the deadline of receipt of the quote to get an answer in time to meet that deadline.� Telephone requests will not be honored.� The Government�s response to inquiries will be made in writing.� Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment.� Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.� � PLEASE NOTE:� A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d09d4927ba334ccc9ce838573e5d8de6/view)
- Place of Performance
- Address: Indianapolis, IN 46249, USA
- Zip Code: 46249
- Country: USA
- Zip Code: 46249
- Record
- SN05865740-F 20201205/201203230144 (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 |