Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2022 SAM #7349
SOLICITATION NOTICE

J -- Fire Alarm System Maintenance, Inspection, Documentation and Testing Services

Notice Date
1/12/2022 6:37:13 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
W6QM MICC-FT JACKSON COLUMBIA SC 29207-5490 USA
 
ZIP Code
29207-5490
 
Solicitation Number
W9124C22T0002
 
Response Due
2/4/2022 10:30:00 AM
 
Archive Date
02/19/2022
 
Point of Contact
Jason Fronden, Regina N. Givens
 
E-Mail Address
jason.m.fronden.civ@army.mil, regina.n.givens.civ@army.mil
(jason.m.fronden.civ@army.mil, regina.n.givens.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Mission and Installation Contracting Command - Fort Jackson, SC has a requirement to procure a non-personal service contract to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Fire Alarm System Maintenance, Inspection, Upgrades, Documentation and Testing Services at the Moncrief Army Health Clinic (MAHC), Fort Jackson, SC as defined in the Performance Work Statement (PWS). The Contractor shall perform to the standards in this contract as well as those applicable standards listed in National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), Unified Facilities Criteria (UFC), and Engineers Manual (EM) 385-1-1, Safety and Health Requirements Manual, for the duration of the period of performance in accordance with the PWS included herein. The Primary North American Industry Classification System (NAICS) code for this procurement is 561621, Security Systems Services (except Locksmiths), with a size standard of $22M. This procurement will be competitively procured as 100% small business set aside. It is anticipated that this requirement will be awarded as a Firm Fixed-Price (FFP) award contract. The anticipated period of performance (PoP) will be 1 Apr 2022 through 31 May 2027, resulting in a one year base contract and four year option periods. � REQUIREMENT: CLIN0001: Fire Alarm Maintenance Services Base Yr., Quantity: 4, Unit: JOB PoP: 01-APR-2022 TO 31-MAR-2023 CLIN1001: Fire Alarm Maintenance Services Opt Yr. 1, Quantity: 4, Unit: �JOB PoP: 01-APR-2023 TO 31-MAR-2024 CLIN2001: Fire Alarm Maintenance Services Opt Yr. 2, Quantity: 4, Unit: JOB PoP: 01-APR-2024 TO 31-MAR-2025 CLIN3001: Fire Alarm Maintenance Services Opt Yr. 3, Quantity: 4, Unit: JOB PoP: 01-APR-2025 TO 31-MAR-2026 CLIN4001: Fire Alarm Maintenance Services Opt Yr. 4, Quantity: 4, Unit: JOB PoP: 01-APR-2026 TO 31-MAY-2027 OBJECTIVE:� This requirement is for the MAHC to retain maintenance, inspection, upgrades, documentation and testing services for the Fire Alarm System and associated equipment. All scheduled and preventative maintenance required by the original equipment manufacturers, in accordance with the associated PWS and applicable codes shall be performed on the specified equipment. The qualified contractor workforce is responsible for completing the Fire Alarm System tests as outlined in this PWS for the MAHC. PLACE OF PERFORMANCE: Fort Jackson, South Carolina 29207 BASIS FOR AWARD: The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Contractor shall be able provide a technical solution and Project Plan to meet the period of performance to perform work involving the operation, maintenance or repair, inspection, or testing of any piece of equipment or system conducted by trained, certified technicians who possess the knowledge, experience and skills pertinent to the equipment or system as demonstrated by a current training certificate from an equipment manufacturer or a certificate by an organization acceptable to the Contracting Officer. See Section M - Evaluation Factors for Award of the solicitation. PROPOSAL SUBMISSION INSTRUCTIONS: Provide a Fire Alarm System Maintenance, Inspection, Upgrades, Documentation and Testing Plan with a tentative start date of April 1, 2022.� Additionally, provide a brief synopsis describing your technical solution to augment and support the Project Plan to meet the required period of performance accordingly. The Project Plan should clearly demonstrate a complete understanding of the tasks necessary and should include proof of a Certified Technician workforce. Provide a cost estimate proposal that includes detailed costs associated with work.� Subcontracted work should also be submitted in the same format. See ADDENDUM TO 52.212-1, PROPOSAL INSTRUCTIONS within Section L - Instructions, Conditions and Notices to Bidders. EVALUATION: The offeror�s technical proposal shall be evaluated on an Acceptable/Unacceptable basis.� An offeror shall obtain an acceptable rating to continue in the competition. Offerors who rate unacceptable in Technical will be removed from further consideration for award. Past Performance will be evaluated on an Acceptable/Unacceptable basis. Price will be evaluated to determine reasonableness. The Technical Factor will receive one of the adjectival ratings defined below: RATING ������������������� DEFINITION ACCEPTABLE �������� Proposal meets the minimum requirements of the solicitation. UNACCEPTABLE �� Proposal does not meet the minimum requirements of the solicitation. The Past Performance will receive one of the adjectival ratings defined below: RATING ������������������� DEFINITION ACCEPTABLE��������� Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. UNACCEPTABLE��� Based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. PROPOSAL DUE:� NLT 01:30 PM on Friday, 4 February 2022. Quote MUST be good until for 60 days after the expiration of this solicitation notice SITE VISIT NOTICE: A site visit will be conducted on Wednesday, 19 January 2022 at 9:00 AM EST.� Attendance is not mandatory. Information provided at this site visit shall not change/qualify the terms and conditions of the solicitation and specifications.� Terms remain unchanged unless the solicitation is amended in writing.� If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Any amendment will be uploaded with the current solicitation within sam.gov. To attend, respond by contacting Contract Specialist, Jason Fronden, via email at jason.m.fronden.civ@army.mil with the solicitation number as the subject of the email. Do this no later than 72 hours before the site visit is to take place. You�ll be required to provide your full name, date of birth and driver license number with state of issuance. All questions in response to the posted solicitation are due within three business days after the site visit. All questions shall be formalized and sent to the Contract Specialist by emailing Jason Fronden at jason.m.fronden.civ@army.mil. For additional information, contact Contract Specialist by emailing Jason Fronden at jason.m.fronden.civ@army.mil and the Contracting Officer, Dr. Regina Givens by emailing at regina.n.givens.civ@army.mil. Interested parties should access https://sam.gov for solicitation, associated documents, and solicitation amendments. Contractors will not be directly notified of any postings, by contracting office personnel. All potential sources must obtain a Data Universal Numbering System (DUNS) number and register in the System for Award Management (SAM) sam.gov in order to conduct business with the government.� Failure to obtain a DUNS number and register in SAM may delay the award of a contract or possible award to the next otherwise successful offeror who has met all of the requirements to conduct business with the Government at time of award. OFFER SUBMISSION: All offers should be submitted to the Contract Specialist by emailing Jason Fronden at jason.m.fronden.civ@army.mil and the Contracting Officer, Dr. Regina Givens by email at regina.n.givens.civ@army.mil; NLT 01:30 PM on Thursday, 4 February 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/273f659e609848a898bedda496c98d5f/view)
 
Place of Performance
Address: Columbia, SC 29207, USA
Zip Code: 29207
Country: USA
 
Record
SN06215689-F 20220114/220112230104 (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 |
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.