Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

S -- UL Certified Monitoring Services for one hundred twenty-two (122) locations throughout the State of Mississippi in support of the Mississippi Army National Guard

Notice Date
3/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-12-T-0010
 
Response Due
3/20/2012
 
Archive Date
5/19/2012
 
Point of Contact
David A Oglesby, 601-313-1636
 
E-Mail Address
USPFO for Mississippi
(david.oglesby@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. The solicitation number is W9127Q-12-T-0010 and is issued as a Request for Quotation (RFQ). This combined synopsis/solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-57, Effective 07 March 2012. This acquisition is Total Set Aside for Small Business. NAICS is 561621 and business size standard is $12.5 million. The U.S. Property & Fiscal Officer for Mississippi intends to enter into a contract for UL Certified Monitoring Services for one hundred twenty-two (122) locations throughout the State of Mississippi in support of the Mississippi Army National Guard. The contractor is required to provide continuous (24/7; 365 days) monitoring for Government-Owned Intrusion Detection Systems (IDS) that consist of multi-zone, multi-area configuration, notification of proper authorities and providing system information on a scheduled basis or if and when requested by the Contracting Officer or duly authorized Government Representative(s) for the Base Period of 1 April 2012 through 31 March 2013 and four (4) option periods. Contractor must be ready to begin coordination/set-up/establish connection with the Government Not Later Than (NTL) March 26, 2012. CLIN 0001, Central Monitoring Service - Base Year - 1 April 2012 to 31 March 2013 CLIN 0001, Central Monitoring Service - Optn Yr 1 - 1 April 2013 to 31 March 2014 CLIN 0001, Central Monitoring Service - Optn Yr 2 - 1 April 2014 to 31 March 2015 CLIN 0001, Central Monitoring Service - Optn Yr 3 - 1 April 2015 to 31 March 2016 CLIN 0001, Central Monitoring Service - Optn Yr 4 - 1 April 2016 to 31 March 2017 SEE ATTACHED STATEMENT OF WORK. The following FAR provisions apply: 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. If offeror is registered in ORCA, Reps and Certs are not required; however, offeror must indicate such with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Applicable FAR Clauses cited within 52.212-5 are as follows: ;52.203-6, Restrictions on Subcontractor 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; 52.219-14, Limitations on Subcontracting; 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; 52.222-37, Employment Rights on Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-50, Alternate I, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. Full text of these clauses may be accessed on-line at http://acquisition.gov/far/ or http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price contract. OFFER DUE DATE and TIME: Quotations are due no later than noon, 12:00 PM CDT on Tuesday, March 20, 2012 to: NGMS-PFO-PC, Attn: LTC David A. Oglesby, 144 Military Drive, Flowood, MS 39232-8861. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to SGM Matt Martin at 601-313-6854 or aaron.matthew.martin@us.army.mil. Contracting questions for this requirement may be addressed to LTC David Oglesby at 601-313-1636 or david.oglesby@us.army.mil. The USPFO-MS Purchasing and Contracting Division web site is located at http://ms.ng.mil/resources/uspfo/Pages/default.aspx.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-12-T-0010/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
 
Record
SN02694521-W 20120314/120312234944-2d80446285ecee55d6dbaf554106d5f5 (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.