Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
MODIFICATION

63 -- Integrated Intrusion Detection System (ICIDS) III for Fort Bragg, NC

Notice Date
6/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-11-T-0041
 
Response Due
6/3/2011
 
Archive Date
8/2/2011
 
Point of Contact
Bellstaj, 910-643-7353
 
E-Mail Address
MICC Center - Fort Bragg
(stacey.bell@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to a) Extend the closing date of the solicitation from 2:00 p.m. (EDST) 1 June 2011 to 12:00 p.m. (EDST) 3 June 2011. b) Update the CLIN structure. CLIN 0001, 0002, 0003, 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012 have been changed. See changes below. 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. COMBINED SYNOPSIS/SOLICITATION W91247-11-T-0041 INTEGRATED INTRUSION DETECTION SYSTEM (ICIDS-III) FOR 1ST SPECIAL WARFARE TRAINING GROUP FORT BRAGG, NORTH CAROLINA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation document, W91247-11-T-0041, is issued as a Request for Quote (RFQ) to acquire and install Integrated Commercial Intrusion Detection System (ICIDS-III) for 1st Special Warfare Training Group, at Fort Bragg, North Carolina. (iii) Notice of Total Small Business Set-Aside. This solicitation is a Total Small Business set aside. Quotes received from other than small business concerns will not be considered. The associated NAICS code is 561621, Security Systems Services (except Locksmiths), and size standard is $12.5M. (iv) This requirement is to provide all labor, equipment, materials, supplies, tools, transportation, supervision, training and other items and/or services necessary to install Integrated Commercial Intrusion Detection System (ICIDS-III) in building O-9135; upgrade existing ICIDS system within buildings O-9130 and O-9133 to ICIDS-III standards; ICIDS III intertie between buildings O-9130, O-9133, O-9135 at Fort Bragg, NC. CLIN 0001 The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items and/or services necessary to acquire, install, and upgrade ICIDS III in buildings 0-9130, 0-9133, and 0-9135 in accordance with the Performance Work Statement. CLIN 0002 UPS; Quantity: 1 each CLIN 0003 Installation; Quantity: 1 each CLIN 0004 Travel Expenses; Quantity: 1 each CLIN 0005 Installation Materials Quantity: 1 each (vi) The requirement shall be Firm Fixed Price (FFP). (vii) Required ICIDS-III is to be delivered, installed and/or upgraded in buildings 0-9130, 0-9133, and 0-9135 at Fort Bragg, NC with complete installation on or before 2 September 2011. (viii) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix) Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered (considering price and ability to meet the description of work) (xi) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price. (xii) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xiii) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: 1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award. ISSUE BY DODDAC: W91247 ADMIN BY DODDAC: W91247 INSPECT BY DODAAC: To be determined at time of award. ACCEPT BY DODAAC: To be determined at time of award. LOCAL PROCESSING OFFICE DODAAC: To be determined at time of award. PAYMENT OFFICE DODDAC: To be determined at time of award. PAYMENT OFFICE FISCAL STATION CODE: To be determined at time of award. 2. Insurance Requirement The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, "Insurance - Work on a Government Installation." KIND: AMOUNT: Workmen's Compensation Amount required by the State in which this contract is performed and Occupational Disease Insurance Employer's Liability Insurance $100,000 Comprehensive General Liability $500,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability $200,000 per person $500,000 per occurrence for Bodily Injury and Damage $20,000 per occurrence for Property 3. Federal Holidays Federal Holidays are: New Year's Day 1 January Martin Luther King Jr., Birthday Third Monday in January George Washington's Birthday Third Monday in February Memorial Day Last Monday in May Independence Day 4th of July Labor Day First Monday of September Columbus Day Second Monday of October Veteran's Day 11 November Thanksgiving Fourth Thursday of November Christmas Day 25 December When a holiday falls on a Sunday, the following Monday will be observed as a holiday and when a holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government Agencies. Wage Determination No.: 2005-2393, revision 11 dated 15 June 2010 applies to this contract. Current Wage Determination may be downloaded from the following website: http://www.wdol.gov/wdol/scalfiles/std/05-2393-txt (xiv) Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xvi) Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xvii) Submission of proposals shall be forwarded by Thursday, 2 June 2011 2:00 p.m. EDST. Offerors shall provide a quote using the pricing schedule provided in Appendix 1 of this combined synopsis/solicitation. (xviii) Submission of Quotes: Quotes shall be forwarded to Mrs. Stacey Bell via email to: Stacey.bell@us.army.mil or Ms. Anne Talbot at anne.m.talbot@us.army.mil. Facsimile submission will not be accepted. (xix) The point of contact (POC) for this acquisition is Mrs. Stacey Bell. She may be reached at 910-643-7353 or via email at stacey.bell@us.army.mil. (xx) A site visit is scheduled for 18 May 2011 at 9:00 a.m. A briefing before the Site Visit will be conducted at the MICC Center, Bldg 2-1105, Macomb Street, Fort Bragg. NC 28310. Contact Stacey Bell no later than 2:00 p.m. 16 May 2011 if you are planning on attending. (xxi) 252.999-0000 ATTACHMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/021f0cf7a33bbe84ba1f6437d3da8eb2)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: CCMI-RCB, Building 2-1105, Macomb Street Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02462903-W 20110604/110602235135-021f0cf7a33bbe84ba1f6437d3da8eb2 (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.