SOLICITATION NOTICE
J -- Alarm and Detection Systems Maintenance and Monitoring Services at Naval Support Activity (NSA) Monterey, California
- Notice Date
- 3/21/2024 7:05:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
- ZIP Code
- 92132-0001
- Solicitation Number
- N6247324Q3205
- Response Due
- 3/26/2024 1:00:00 PM
- Archive Date
- 04/10/2024
- Point of Contact
- Ashley N. Thornton, Phone: 8316563694
- E-Mail Address
-
ashley.n.thornton4.civ@us.navy.mil
(ashley.n.thornton4.civ@us.navy.mil)
- Description
- NOTICE OF INTENT TO AWARD AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) TYPE CONTRACT WITH PRE-NEGOTIATED FIRM-FIXED-PRICED SUB-LINE ITEMS TO A SINGLE SOURCE, SECURITAS TECHNOLOGY CORPORATION, IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 13.106-1(b)(i) I. SINGLE SOURCE INFORMATION: This notice is published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101, which requires dissemination of information for proposed contract actions. In accordance with FAR 5.207(c)(15), the proposed contract action is for services for which the government intends to solicit and negotiate with a single source under the authority of FAR 13.106-1(b), as circumstances of the contract action deem only one source reasonably available.� The anticipated single source for fulfillment of this requirement is as follows: Securitas Technology Corporation 8350 Sunlight Drive, Fishers, Indiana 46037-6700, United States Unique Entity ID (UEI): HLW1YN5UVZM5 | Commercial and Government Entity (CAGE) Code: 37MH5 This notice is not a request for competitive quotes; however, responsible sources may submit a quote which shall be considered by the contracting agency. A determination by the government not to compete this requirement based upon the responses received to this notice is solely within the discretion of the government. II. GENERAL INFORMATION: This is a combined synopsis/solicitation prepared in accordance with the format of FAR Subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued, unless otherwise indicated herein.� This solicitation, Solicitation Number (No.) N6247324Q3205, represents a Request for Quotation (RFQ) for establishment of indefinite delivery indefinite quantity (IDIQ) pre-priced sub-line items, for recurring and non-recurring services, ordered by issuance of task orders, on an as-needed basis. All non-recurring services will be awarded under non-recurring contract line item number(s) (CLIN[s]), whereas recurring services will be awarded under the appropriate fiscal year CLIN. The incorporated provisions and clauses of this solicitation and anticipated contract are those in effect through the Federal Acquisition Circular (FAC) 2024-03, effective December 1, 2024, and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20240215, effective February 15, 2024. The provisions and clauses referenced in this solicitation may be reviewed and obtained in full-text form at the following addresses: FAR: https://www.acquisition.gov/browse/index/far� DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html� The North American Industry Classification System (NAICS) code associated with this solicitation is �561621,� titled �Security Systems Monitoring (Except Locksmiths),� with a small business size standard of $25 million, and the associated Product Service Code (PSC) is �J063,� titled �Maintenance, Repair, and Rebuild of Equipment � Alarm, Signal, and Security Detection Systems.�� This solicitation is not eligible for a small business set-aside.� The anticipated contract will consist of a one (1) 12-month base period, four (4) 12-month option periods, as indicated in the below schedule: Base Period� � � � � � � April 1, 2024 � March 31, 2025 Option One (1)� � � � � April 1, 2025 � March 31, 2026 Option Two (2)� � � � � April 1, 2026 � March 31, 2027 Option Three (3)� � � �April 1, 2027 � March 31, 2028 Option Four (4)� � � � �April 1, 2028 � March 31, 2029 Required services include recurring preventative maintenance to SCIF security system(s), alarm and detection systems monitoring, and performance of emergency service orders in accordance with the standards and specifications of this solicitation and applicable attachments included herein. Services required are in support of the Naval Postgraduate School (NPS) and the operability of its sensitive compartmented information facility (SCIF), which is located in Building 302 onboard the Naval Support Activity (NSA) Monterey installation in the city of Monterey, California 93943-5035. Additional specifications and service requirements can be found within the Standard Form (SF) 1449, and applicable attachments as included herein. The following FAR clauses and provisions apply to this solicitation: FAR 52.212-1: Instructions to Offerors � Commercial Products and Commercial Services (Sept 2023) FAR 52.212-3: (Alt I): Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024)� FAR 52.212-4: Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Feb 2024) Note: Any additional requirement(s) or terms and conditions that apply to this solicitation can be found within the SF 1449, and/or included as an attachment herein. III. QUOTE SUBMISSION INFORMATION:� All questions and inquiries involving this solicitation must be submitted via email to Ashley N. Thornton, Contract Specialist, at ashley.n.thornton4.civ@us.navy.mil, not later than 1:00 PM PST on March 23, 2024.� The quoter shall submit his/her quote via email to Ashley N. Thornton, Contract Specialist, at ashley.n.thornton4.civ@us.navy.mil, not later than 1:00 PM PST on March 26, 2024. The quote must be valid for 90 days after the submission date.� The quoter shall be registered in the System for Award Management (SAM), at https://sam.gov, prior to quoting. Failure to have an active registration status in SAM by the time of award will make that quoter ineligible to receive the anticipated contract award, with no exceptions. All quotes must conform to the solicitation requirements, to include all stated terms, conditions, representations, and certifications. A quote submitted in response to this solicitation shall be FFP and shall include pricing for all CLINs and sub-line items as specified for in the SF 1449, and exhibit line item number (ELIN) schedule included as attachments herein. Any contract awarded pursuant to this solicitation will be awarded in the aggregate for all items. The quoter shall complete, sign, and return a copy of the SF 1449 to Ashley N. Thornton, Contract Specialist, via email at ashley.n.thornton4.civ@us.navy.mil.� A written notice of award or acceptance of a quote, emailed or otherwise furnished to the quoter within the time for acceptance specified in the quote, 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. 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 In order for the government to make a fair and reasonable price determination, additional market research may be conducted. The government may request the quoter to submit any available pricing data and/or relevant sales or invoice history to further substantiate the price reasonableness of the quote provided. The government intends to award the anticipated contract to the responsible quoter whose quote conforms to the solicitation; is most advantageous to the government, price and other factors considered; and provides the best value to the government in accordance with FAR 13.106-1(a)(2)(ii) and FAR 2.101.� IV. POINTS OF CONTACT: Ashley N. Thornton� � � � � � � � � � � � � � � � � � � �Batina N. Wingo Contract Specialist� � � � � � � � � � � � � � � � � � � � Supervisory Contract Specialist FEAD Monterey� � � � � � � � � � � � � � � � � � � � � � �FEAD Monterey NAVFAC SW� � � � � � � � � � � � � � � � � � � � � � � � � NAVFAC SW Phone: (831) 656-3694� � � � � � � � � � � � � � � � � Phone: (831) 656-3454 Email: ashley.n.thornton4.civ@us.navy.mil�� �Email: batina.n.wingo.civ@us.navy.mil ADDITIONAL CONTACT INFORMATION: Contracting Office: Facilities Engineering and Acquisition Division (FEAD) Monterey Public Works Department (PWD) 511 Gardners Road, Build 426 Monterey, California 93943-5035 Contracting Agency: Naval Facilities Engineering Systems Command (NAVFAC SW), Southwest 750 Pacific Highway San Diego, CA 92132-5190 �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/816ee46aac7c4237a9f6a9cb92abc694/view)
- Place of Performance
- Address: Monterey, CA 93943, USA
- Zip Code: 93943
- Country: USA
- Zip Code: 93943
- Record
- SN07004619-F 20240323/240321230043 (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 |