Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

63 -- Maintenance of Integrated Commercial Intrusion Detection system (ICIDS-III) Automated Entry Control System/Intrusion Detection System (AECS/IDS) at Adelphi Laboratory Center (ALC) and the Blossom Point Research Facility(BPRF).

Notice Date
7/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
ADELPHIICIDS
 
Response Due
7/21/2011
 
Archive Date
9/19/2011
 
Point of Contact
Sharon Shelton, 703 806-4435
 
E-Mail Address
MICC - Fort Belvoir
(sharon.shelton1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. Mission and Installation Contract Command (MICC) Fort Belvoir, VA is releasing this combined synopsis/solicitation electronically only. This on-line version of the Request for Quote (RFQ) is the official version for this acquisition. This solicitation is for a Contractor to provide all tools, equipment, transportation, labor and supervision necessary to perform inspections, maintenance, routine testing, installation, and repair/emergency repair on the Integrated Commercial Intrusion Detection system (ICIDS-III) Automated Entry Control System/Intrusion Detection System (AECS/IDS) at Adelphi Laboratory Center (ALC) and the Blossom Point Research Facility(BPRF), which is located approximately 59.5 miles from the Adelphi site in Welcome Maryland, Charles County. This announcement constitutes the only solicitation; in cases of conflict between the electronic (on-line) version of this RFQ and any downloaded version of the RFQ, the on-line RFQ prevails. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS website. The email addresses for submission of all questions is sharon.k.shelton4.civ@mail.mil. All questions must be received no later than 13 July 2011, 10:00 am Eastern Standard Time. Offerors shall submit not less than 3 references (Company Name, Address, Point of Contact name, telephone number, Fax number, and e-mail address). Offerors shall submit not less than 3 past performance questionnaires (attached) completed by their references and offeror shall instruct their references to make sure that the completed survey be e-mailed to sharon.k.shelton4.civ@mail.mil on or before the closing date of 21 July 2011. Solicitation Number ADELPHIICIDS is issued as a request for quote (RFQ) and is 100% set aside for Small Business. Offerors shall complete the attached price sheet for the base year and all option years by entering unit price and calculated total amount. Offer shall also sign and date the price sheet. The resulting contract will be Firm Fixed Price. Award date is expected to be not later than 31 July 2011. The NAICS code assigned to this project is 561621 and the small businesses size standard is $12,500,000.00. FAR 52-212-1, Instructions to Offerors-Commercial is incorporated by full-text and applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. Fill-ins for FAR 52.212-2 are as follows: (a) 1- Mission Capability 2- Past Performance and 3- Past Performance. Technical and Past Performance when combined are approximately significantly more important than price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items, with its offer or current print out of their Online Representations and Certifications Application (ORCA). FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.219-6, Notice of Total Small Business Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (Jan 2011), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Veterans (Sep 2010), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), Employment Reports on Veterans (Sep 2010), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-54, Employment Eligibility Verification (Jan 2009), 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010), 52.232-33, and Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is July 21, 2011. All proposals must be received by 3:00 p.m. Eastern Standard Time. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offerors shall submit four copies of their quote and the Representations and Certifications (FAR 52.212-3) in person, or by mail to the following address: Mission and Installation Contracting Command, Attn: Ms Sharon Shelton, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060. Commercial: (703) 806-4435. Offerors are reminded to insure your FEDEX or DHL package arrives on time. The MICC office is open from 6:00 A.M. - 6:00 P.M. Monday through Friday. Any questions concerning this requirement should be addressed to the individual indicated above. Applicable Attachments: Statement of Work Addendum 52.212-1 Addendum 52.212-2 Price Sheet Past Performance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d076efe6031fde9c9f180628662c075a)
 
Place of Performance
Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
 
Record
SN02493304-W 20110710/110708234724-d076efe6031fde9c9f180628662c075a (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.