Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

63 -- Maintenance and Repair of Koie Bollard System

Notice Date
4/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
222028
 
Archive Date
4/30/2010
 
Point of Contact
Siobhan E. Mullen, Phone: 202-406-6818
 
E-Mail Address
siobhan.mullen@usss.dhs.gov
(siobhan.mullen@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Reference number 222028 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-21. The NAICS code is 561621 - Security Systems Services and the small business size standard is $12.5 million. This requirement will be a total small business set-aside. Interested sources should provide a capability statement, to provide applicable certifications, when requesting the relevant Statement of Work. All responsible sources may submit a quote which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. Overview of Requirement: The United States Secret Service (USSS) has a requirement for the maintenance and repair of our Koie Bollard System. All interested parties must provide proposals to Siobhan E. Mullen via email no later than 3:30PM EST, Thursday, April 15, 2010 to be considered for award. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Statement of Work to be provided upon request from responsible vendors. In order to be responsible, vendors must provide evidence of current proficiency in servicing and maintaining the KOEI Hard Post electric bollards to include bollard electronic control systems, motor and drive systems. Additionally, contractor shall be factory trained by US KOEI Technology to maintain and service the KOEI Hard Post control units and venting system. (Please provide the applicable certifications.) Requirement includes, but is not limited to: Preventative maintenance and/or service on (16) Model KOEI Hard Post Electric Bollards, (2) Non-Rated Traffic Gate Arms and one (1) Sliding Gate in Washington, DC 20223 location. Format for proposal: Part A. Pricing - the offeror shall provide pricing in the format referenced below: •· Spare parts - The proposal shall include spare parts' pricing for parts that vendor determines should be on-hand for emergency use. •· Maintenance - The proposal shall include pricing to maintain the (16) Koei electric bollards, (2) non-rated traffic gate arms, and (1) sliding gate installed at a USSS facility in Washington, DC for up to five (5) periods. (1) May 1, 2010 to September 30, 2010. and up to (4) option years. Pricing shall be shown for each maintenance period. •· Labor for repairs - The proposal should include hourly rates for repairs during each maintenance period - emergency and non-emergency rates. Part B. Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide evidence of current proficiency in servicing and maintaining the KOEI Hard Post electric bollards to include bollard electronic control systems, motor and drive systems. Additionally, contractor shall be factory trained by US KOEI Technology to maintain and service the KOEI Hard Post control units and venting system. (Provide the applicable certifications.) 3) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 4) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Part C. Past Performance: The offeror shall provide three relevant contracts held with Government entities within the past two (2) years in which similar services have been performed. Any other contracts during this period that resulted in disputes over non-performance between the offeror and a client shall be identified. For each listing, please provide basic information as follows: Name of Government Agency/Company Client, one (1) Individual Point of Contact and Telephone Number(s); Address of Client; Email Address of Client; Contract Number and Dollar Amount; Description of Services Provided; and Period of Performance. Faxed proposals will not be accepted. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. When emailing repsonses, please put "222028-Maintenance and Repair of Koie Bollard System" in the subject line. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Evaluation Criteria: The government intends to award a firm fixed price contract to the responsible offeror based on: 1) the technical capability of the services offered to meet the requirements of the Statement of Work 2) past performance and 3) price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ The following DHS Provisions are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of Name The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) the technical capability of the services offered to meet the requirements of the Statement of Work and 2) price. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Applicable Clauses are as follows) FAR 52.217-5 Evaluation of Options FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-54, Employment Eligibility Verification FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions or Clauses will not be accepted. Submit email request for DHS Provisions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/222028/listing.html)
 
Place of Performance
Address: WASHINGTON, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02116338-W 20100410/100408234934-3565318acd7c7d23de62d2a4c34f4877 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.