Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2023 SAM #7841
SOLICITATION NOTICE

J -- Alarm Systems Monitoring Services

Notice Date
5/15/2023 2:10:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
SER EAST MABO(51000) ATLANTA GA 30303 USA
 
ZIP Code
30303
 
Solicitation Number
140P5123Q0033
 
Response Due
6/2/2023 10:00:00 AM
 
Archive Date
06/03/2023
 
Point of Contact
Dingle, Edward, Phone: (404)5075747
 
E-Mail Address
edward_dingle@nps.gov
(edward_dingle@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6. Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. The National Park Service, Interior Region 2 South Atlanta Gulf has a requirement to Inspect the existing fire alarm systems associated with all four (4) Selma to Montgomery National Historic Trail (SEMO) buildings. Inspect and test the existing security systems in all four (4) SEMO buildings. Make any needed repairs to the fire alarm systems and make fully operational in all four (4) SEMO buildings. All recommended repairs shall be submitted to the CO & COR for approval prior to performing repairs. Make any needed repairs to the security systems to make fully operational in all four (4) SEMO buildings. All recommended repairs shall be submitted to the COR & COR for approval prior to performing repairs. Meet all applicable requirements for a fully compliant fire Alarm system in accordance with the 2016 edition of NFPA 72 - National Fire Alarm and Signaling Code. Establish a service agreement to have one-year annual inspections and five-year system flush services. Establish local fire and security monitoring services for Dallas, and Lowndes County Sheriff's department, the City of Selma Police and Fire Departments, City of Montgomery Police & Fire Departments, Alabama State University Campus Police, and White Hall Volunteer Fire Department. Repair and replace inoperable/obsolete fire system equipment at four (4) Tuskegee Institute National Historic Site (TUIN) buildings: The Curatorial Building, the Maintenance Shop, the Headquarters Building, and the Booker T. Washington Home. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 dated 16 March 2023. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621; Security Systems Services (except Locksmiths), with a small business size standard of $25,000,000.00. The Product Service Code (PSC) is J063; Maint/repair/rebuild Of Equipment- Alarm, Signal, and Security Detection Systems. In accordance with FAR Subpart 28, a certificate of insurance is required, and coverage must be at a minimum of: $50,000 per person; $100,000 per occurrence; and $100,000 per property. The insurance certificate must be submitted within 10 calendar days of receipt of the award. The contractor must have current Representation and Certifications in SAM.gov, (see Section K below), submitted with quote. The Government contemplates the award of a single Firm-Fixed Price Contract using the best value - Lowest Priced Technically Acceptable (LPTA) source selection procedures. All eligible and responsible sources may submit a quote, which if timely received, shall be considered by the Agency. Companies must have valid Unique Entity Identifier and be registered with System for Award Management (www.sam.gov). SAM.gov offers free services. An offeror must ensure that they are self-certified under NAICS Code 561621 in the Representations and Certifications portion of SAM.gov. The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Site Visit: The Site Visit for this project is scheduled for 22 May 2023 at 10:00 am Central Daylight Time (EDT) at Tuskegee Institute/Tuskegee Airmen National Historic Site 1616 Chappie James Ave. Hangar 2, Classroom 3 Tuskegee, Alabama 36083. The point of contact for the site visit is Yul D. Carrington via email at yul_carrington@nps.gov Telephone: 334-877-1985. All questions shall be submitted in writing per the instructions outlined in this solicitation. Project Location: Tuskegee Institute/Tuskegee Airmen National Historic Site and Selma to Montgomery National Historic Trail 905. The APPROXIMATE performance period is anticipated to be 07/03/2023-07/02/2024 (base year) plus four one-year option periods. Monday through Sunday, daylight hours only. No work will be allowed on Government recognized holidays.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/edeaa94442a344d299895d7c2791888d/view)
 
Place of Performance
Address: 1616 Chappie James Ave, Tuskegee, AL 36083, USA
Zip Code: 36083
Country: USA
 
Record
SN06682180-F 20230517/230515230113 (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.