Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

L -- BACKUP LOCKSMITH SERVICES - Package #1 - Quotation Cover Sheet

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561622 — Locksmiths
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTOS59-11-Q-00076
 
Archive Date
9/13/2011
 
Point of Contact
Brandon O. Lorthridge, Phone: 2023666338
 
E-Mail Address
brandon.lorthridge@dot.gov
(brandon.lorthridge@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Quotation Cover Page Combined Solicitation (as a Microsoft Word Document) --SEE ATTACHMENT FOR FULL VERSION-- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number DTOS59-11-Q-0076. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-25 dated July 5, 2011. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This acquisition is a 100% Small Business set-aside. The associated North American Industry Classification System (NAICS) Code is 561622 and the small business size standard is $7.0 Million. Offerors shall submit pricing for the items specified within the combined synopsis in the following format: Line Item 0001 Description: Backup Locksmith Services (Locksmith-Base Period) Quantity: 1 Unit of Issue: Hour Unit Price: Total Price: Line Item 0002 Description: Backup Locksmith Services (Locksmith-Option Year One) Quantity: 1 Unit of Issue: Hour Unit Price: Total Price: Line Item 0003 Description: Backup Locksmith Services (Locksmith-Option Year Two) Quantity: 1 Unit of Issue: Hour Unit Price: Total Price: SUPPLIES OR SERVICES TO BE PROVIDED This is a Time & Materials (T&M) type Blanket Purchase Agreement (BPA) that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via the Lowest Cost Technically Acceptable (LCTA). This requirement is a 100% Small Business Set-Aside. BPA Single Call Limit: $40,000.00 BPA Ceiling: $100,000.00 PERIOD OF PERFORMANCE This Blanket Purchase Agreement (BPA) shall be utilized to acquire Backup Locksmith Services at the three Department of Transportation locations cited within the Statement of Work. The period of performance for this BPA is for one base year and two one-year options. The base year commencing at contract award. Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION FAR 52.212-2 Evaluation Commercial Items Evaluation for award shall be in accordance with FAR 13, Simplified Acquisition procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. The government intends to award a Single Time & Materials (T&M) Blanket Purchase Agreement resulting from this notice on the quotation that provides the total lowest price for the below services and meets the technical acceptability standard as listed below. Evaluation for award shall be Lowest-Cost, Technically Acceptable. The Government reserves the right to award the contract based on initial offers received, without discussions or negotiations of such offers. Therefore, it is important that each offer fully address the requirements stated in this combined solicitation (1) A proposal submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Locksmith Service Qualifications (All below items must be in relation to Statement of Work) 1. Company's Professional History in relation to Statement of Work 2. Company's Locksmith Service Qualifications (In relation to all elements within Section 2 of the Statement of Work) 3. Identification of Key Personnel a) Resume (Resume must be indicative of services in relation to all elements as set forth within the Statement of Work Sections 2 and 3.) Section 2: Past Performance/References 1. Past Performance/References shall be similar in scope, size, and dollar value of this RFP. Past Performance/References must be submitted for current work being performed or work that has been done within the past two years. Past Performance/References may be either from government or private industry clients. At a minimum the following shall be provided for Past Performance/References: A. Program office / technical point of contact B. Telephone number C. Duration of contract D. Targeted Demographic E. Contract Dollar Value/Project Cost Section 3. Pricing Quotation Pricing shall mirror the above CLIN Structure **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the RFQ number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: Brandon.lorthridge@dot.gov Brandon O. Lorthridge, Contract Specialist **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Monday, August 29, 2011 11:00am Eastern Time.** (1) Any data previously submitted in response to another solicitation will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (2) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (3) Offers must be legible, double spaced (personnel resumes may be single spaced), typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. PAGE RESTRICTIONS Here are the following page restrictions by sections: Section 1- Company's Locksmith Service Qualifications shall not exceed 15 pages Section 2- Past Performance/References shall not exceed five pages Section 3- Pricing Proposal shall not exceed five pages Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Charts, Graphs, glossary of terms, exhibits, drawings, pictures, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Yolanda J. Chinn, Associate Director U.S. Department of Transportation/OST Room W83-311 1200 New Jersey Avenue SE Washington, DC 20590 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the following email addresses: Brandon Lorthridge, Contract Specialist at brandon.lorthridge@dot.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the Request for Quotation (RFQ) Number in the subject line. Once questions are compiled they will be answered by an issued amendment to the solicitation. (2) Questions will be permitted from issuance of the combined synopsis through Thursday, August 18, 2011. Questions submitted after August 18, 2011 11:00am Eastern Time shall not be answered. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items) in its entirety, and submit with offer. **Offerors that submit quotation without the quotation cover page, and ORCA/FAR 52.212-3, will be deemed non-responsive and will not receive consideration for award. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal and past performance may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR 52.222-26 Equal Opportunity; and FAR 52.222-36 Affirmative Action for Workers with Disabilities. STATEMENT OF WORK STATEMENT OF WORK U.S. Department of Transportation (DOT) Office of Security (M-40) Locksmith Services 1. GENERAL REQUIREMENTS Under general supervision, performs skilled level installation, repair and maintenance of locks, door closures, panic hardware systems, and electronic locking systems; recombinant and adjust locks, including coding, key cutting and duplication. Assignments are received in the form of written work orders. Contractor must also exercise tact and courtesy in contacts with supervisory and other agency personnel. Reports to the Supervisory Physical Security Specialist. The contractor shall furnish all labor, unless otherwise specified herein, necessary to provide locksmith services for the following U.S. Department of Transportation facilities, on an as-needed basis when the permanent locksmith is unavailable: (1) US Department of Transportation, SE Federal Center, 1200 New Jersey Ave., SE, Washington, D.C. (2) Federal Aviation Administration, Federal Building 10A, 800 Independence Avenue, SW, Washington, D.C. (3) Federal Aviation Administration, Federal Building 10B, 600 Independence Avenue, SW, Washington, D.C. 2. DESCRIPTION OF SERVICES (1) Twenty-four (24) hour emergency service with one (1) hour response time. (2) Contractor must be within a 50 mile radius of Washington, DC. (3) Install, replace, open, clean, repair, and perform preventive maintenance on Best locks for doors, other devices such as safes, hall gates, desks, file cabinets, lockers, Simplex-Unican locks, crash bars, Kaba Mas X-09 locks, Stanley Best locks, and various other items of furniture and equipment. (4) Research and consultant services on new lock technologies. (5) Change lock combinations, perform mechanical or computerized grand master, master, and sub master keying and rekeying. (6) Disassembles, cleans, and repairs locks by replacing pins, springs, and other parts. (7) Make new or duplicate keys. (8) Diagnose operational problems in locks. (9) Install and service all electrical devices such as emergency exit alarms, intercoms, chimes, remote releases, electric strikes, and cipher/brute locks. (10) Install all types of cabinet and desk locks. (11) Install equipment locks and computer tie-down cable locks. (12) Emergency service for lockouts of Government-owned vehicles. (13) Service and change safe combinations, troubleshoot safe problems, such as lockouts, and drill safes to open when necessary. (14) Follows specifications for the installation of complex systems. (15) Makes measurements and cuts materials to exact specifications for placement of locks. (16) Perform periodic maintenance and repair on door closure systems, including but not limited to electromagnetic systems. (17) Install, repair, and maintain all major types of locks, door closures, and panic hardware systems in accordance with work orders and instructions including, but not limited to conform to current federal, state, and local safety and security regulations. (18) Open locks by use of lock picking tools, dismantling or other methods; repair locks by replacement of worn or broken parts or by adjustment or recombination of locks to the master / sub master system in use. (19) Utilize key cutting machines, drills, saws, buffers and grinders, key gauges and locksmith tools. (20) Determine proper methods to be used in key cutting and duplication. (21) Use computer programs for keying and specification writing. (22) Drill plugs from locks to gain access to rooms. (23) Set up cores and cylinders for any type of lockset. (24) Determine which keys/master keys are in the lock during setup. (25) Use key gauge to read cuts on key. (26) Use buffers and grinders in all key and lock applications. (27) Properly stamp codes on keys with index. (28) Perform other related duties incidental to the work described herein. 3. SPECIAL REQUIREMENTS a) Graduation from high school, supplemented by course work in locksmith craft/trade and 3 to 5 years of experience in working with locks and lock paraphernalia or any equivalent combination of training and experience which provides the required knowledge, skills, and abilities. b) Possession of a valid driver's license; must maintain a safe driving record. c) Secret Clearance. d) Knowledge and experience pinning equipment and key codes in the Best Locking System. e) Must be physically able to operate a variety of machinery and equipment. f) Requires the ability to speak and/or signal people to convey or exchange information, which includes giving and receiving instructions, assignments, or directions. Requires the ability to record and deliver information, to explain procedures, to follow oral and written instructions. Must be able to communicate effectively and efficiently in English and building trade's terminology. g) Requires the ability to read a variety of correspondence, reports, blueprints, work orders, invoices, etc. Requires the ability to prepare correspondence and reports. h) Ability to perform manual labor for extended periods of time as required by work assignments. i) Ability to establish and maintain effective working relationships as necessitated by work assignments. NOTE: The preceding job description has been designed to indicate the general nature and level of work performed by contractor employees within this classification. It is not designed to contain or be interpreted as a comprehensive inventory of all duties, responsibilities, and qualifications required of employees to this job. 4. KEY PERSONNEL For the Continuity of Services the Locksmith under these services shall be deemed as key personnel and as such shall be the primary individual to perform services under the resultant Blanket Purchase Agreement. There shall be no changes to the key personnel during the Base Period and Option Year One of the BPA. Any changes thereafter shall be done in writing to the Contracting Officer. All changes must be approved prior to the substitution of any personnel. 5. OTHER (1) Work will be performed under a Blanket Purchase Agreement (BPA) (2) Contractor will be paid an hourly rate based on actual number of hours worked. 6. PERIOD OF PERFORMANCE Base Year: From Date of Award - Continuing for one year Option Year 1: One (1) year Option Year 2: One (1) year 7. INVOICING/PAYMENT Payment will be made within thirty (30) days of receipt of invoice mailed to the following address: Mike Monroney Aeronautical Center DOT / FAA / OST WCF Account Accounts Payable Branch WCF Account, c/o AMZ-160 P.O. Box 25730 Oklahoma City, OK 73125-0730
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/TASC/TASCASD/DTOS59-11-Q-00076/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN02529925-W 20110812/110811000532-95254bd9772d21adfce39a3e816f7eba (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.