Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
SOLICITATION NOTICE

N -- Intrusion Detection System in Kansas City, MO - Statement of Work - Non-Disclosure Form

Notice Date
2/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
 
ZIP Code
19106
 
Solicitation Number
HSHQE6-13-Q-00008
 
Archive Date
3/14/2013
 
Point of Contact
Christopher Brooks Spartz, Phone: 8176496209
 
E-Mail Address
christopher.spartz@associates.ice.dhs.gov
(christopher.spartz@associates.ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
If you intend to attend the site visit, or if you don't plan on attending but still want to see a map of the facility, please complete this form and return to Christopher.Spartz@associates.ice.dhs.gov. Statement of Work The US Department of Homeland Security (DHS), National Protection and Program Directorate (NPPD), Federal Protective Service (FPS) intends to solicit and award a firm-fixed price contract for the purchase and installation for all equipment, labor, software, materials and service for full coverage of the FPS Regional Command, Region Operations, and Western District Suites located on the Second Floor, "W" wing, at 601 E. 12th Street Kansas City Mo, 64106. 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 HSHQE6-13-Q-00008. This solicitation is issued as a request for quotation (RFQ) only. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-65 effective 29 Jan 2013 and HSAR effective 21 Sep 2012. The North American Industry Classification System (NAICS) code for this acquisition is 561621 with a small business size standard of $12.5 M. Please identify your business size in your response based upon this standard. Requirement: • CLIN 0001: all equipment, labor, software, materials and service needed to install a stand-alone Intrusion Detection System (IDS) in accordance with the Statement of Work (SOW) dated February 13, 2013, 2013. • QTY: 1 • Unit of Issue: LOT Quoted price include FOB Destination. Required delivery date is no later than 15 days ARO. The following provisions and clauses are applicable: FAR 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/; http://www.dhs.gov/xopnbiz/regulations/ FAR 52.212-1, Instructions to Offerors - Commercial Addenda to FAR 52.212-1 include: (1) Questions regarding this RFQ shall be submitted via email to Chris Spartz (christopher.spartz@associates.ice.dhs.gov), no later than February 22, 2013, 12:00 p.m CST. (2) The Contractor must provide proof of Liability Insurance in accordance with FAR 52.228-5; and State Private Security License (if a license is required by the state). Failure to provide these required documents shall result in your bid/quote to be unacceptable and no longer under consideration for award. (3) Please go to the System for Awards Management, www.sam.gov, and ensure that you are active in the System (4) The following information is required: DUNS: ________________ Cage Code: ________________ GSA Contract # (if applicable): ________________ Delivery Date: ________________ Warranty: ________________ E-mail: ________________ Business Size: ________________ (5) Site Visit: All interested parties are encouraged to attend the site visit on February 20 at 2 p.m. CST. Parties must fill out the attached non-disclosure form and e-mail it to Chris Spartz at Christopher.spartz@associates.ice.dhs.gov no later than February 20 at 12 p.m CST. In addition, firms are required to provide a list of attendees with their contact number and email address. If parties do not wish to participate in the site visit, but still wishes to receive a map of the facility with the locations of the equipment to be installed, parties shall fill out the non-disclosure agreement and return to Chris Spartz at christopher.spartz@associates.ice.dhs.gov (6) Site Visit Attendance The Contractor acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to, conditions bearing upon transportation, disposal, handling, and storage of materials, the availability of labor, water, electric power, and roads; the conformation and conditions of the ground; and the character of equipment and facilities needed preliminary to and during work performance. The Contractor also acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site as well as from the drawings and specifications made a part of this contract. Any failure of the Contractor to take the actions described and acknowledged in this paragraph will not relieve the Contractor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to the Government. The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (7) Proposals shall include manufacturer's literature on all equipment at the time of submission. FAR 52.212-2 -- Evaluation -- Commercial Items. 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, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Please go to www.sam.gov an ensure that your company's reps and certs are current. If your company reps and certs are not uploaded to www.sam.gov the firm is required to complete a copy of the provision at FAR 52.212-3 and submit with its quote. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addenda to FAR 52.212-4 include: SUBMISSION OF INVOICES: 1. In accordance with Contract Administration Data, invoices shall now be submitted via one of the following three methods: a. By Mail DHS-NPPD-FPS-Region 5 Burlington Finance Center P.O. Box 1279 Williston, VT 05495-1279 b. By facsimile (fax): (include a cover sheet with point of contact & # of pages): 802-288-7658 c. By e-mail: NPPDInvoice.Consolidation@dhs.gov Invoices submitted by other than these three methods will be returned. The contractor's Taxpayer Identification Number (TIN) must be registered in the Central Contractor Registration (http://www.ccr.gov) prior to award and shall be notated on every invoice submitted to FPS to ensure prompt payment provisions are met. The FPS Region number (5) shall also be notated on every invoice. To assist in timely payment, it is also recommended that the contractor provide the Requisition Number on the submitted invoice 2. In accordance with Section I, Contract Clauses, FAR 52.212-4 (g)(1), Contract Terms and Conditions - Commercial Items, or FAR 52.232-25 (a)(3), Prompt Payment, as applicable, the information required with each invoice submission is as follows: • Invoice must include o Name and address of the Contractor; o Invoice date and number; o Contract number, contract line item number and, if applicable, the order number; o Description, quantity, unit of measure, unit price and extended price of the items delivered; o Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; o Terms of any discount for prompt payment offered; o Name and address of official to whom payment is to be sent; o Name, title, and phone number of person to notify in event of defective invoice; and o Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (See paragraph 1 above.) o Electronic funds transfer (EFT) banking information. a. The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. b. If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or c. EFT banking information is not required if the Government waived the requirement to pay by EFT. Invoices without the above information may be returned for resubmission. Clause FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition and the following FAR clauses cited are applicable to this acquisition: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _X_ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (End of Clause) FAR 52.222-20--Walsh-Healey Public Contracts Act (Oct 2010) FAR 52.228-5 Insurance -- Work on a Government Installation (Jan 1997) Insurance Requirements Workmen's compensation and amount required by the State in which this Occupational Disease Insurance contract is performed. KIND AMOUNT Employer's Liability Insurance $100,000 Comprehensive General Liability Insurance for Bodily Injury $500,000 per occurrence Comprehensive Automobile Liability $200,000 Injury and Damage $500,000 per occurrence for Bodily $20,000 per occurrence for Property HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) Clause HSAR 3052.212-70 CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL ITEMS (SEP 2012) applies to this acquisition and the following FAR clauses cited are applicable to this acquisition: _x__3052.204-71 Contractor Employee Access. __X_3052.228-70 Insurance. _X _3052.242-72 Contracting Officer's Technical Representative. ____3052.247-70 F.o.B. Origin Information. FAR 52.252-2. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/; http://www.dhs.gov/xopnbiz/regulations/ There will not be any additional contract requirements or terms and conditions such as contract financing arrangements. All warranty requirements are outlined in the Statement of Work. There is no requirement for the Defense Priorities and Allocations System (DPAS) ratings. Quotes are due no later than February 27, 2013 at 4:00 p.m. CST. Submissions shall be made via email to Chris Spartz at: christopher.spartz@associates.ice.dhs.gov. Please contact Chris with any questions at (817) 649-6209. Any quote received at the Government office designated in the RFQ after the exact time for receipt of quotes specified above will be deemed "late" and will be considered only in accordance with the provisions set forth under FAR 52.212-1, Instructions to Offerors - Commercial Items, paragraph (f). Quotation Submission Requirements 1. Due to email and server limitations, when submitting an electronic quote, the Vendor shall limit the size of each email to no more than 10 MB. 2. Vendors are informed that it is the Government's desire to make award on initial quotes when deemed possible by the Contracting Officer, however the Government reserves the right to communicate and/or negotiate with quoters if later determined necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c212752a853587c8cac03264d4dfffe6)
 
Place of Performance
Address: 601 E. 12th Street, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN02986973-W 20130215/130213234517-c212752a853587c8cac03264d4dfffe6 (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.