Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

S -- Replacement & Installation of License Plate Reader cameras - SOW

Notice Date
6/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-15-Q-0047
 
Archive Date
7/9/2015
 
Point of Contact
Robert Atchison, , Matthew T. Mulcahy,
 
E-Mail Address
robert.atchison@sba.gov, matthew.mulcahy@sba.gov
(robert.atchison@sba.gov, matthew.mulcahy@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
statement of work This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 13.1 and the format in 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. The solicitation number for this requirement is SBAHQ-15-Q-0047 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. This will be a fixed price contract; this is a total Small Business set-aside; NAICS code is 561621 with a small business size standard of $20.5. Any quote that is submitted by a contractor who is not certified under this NAICS will not be considered for award. Contractors must be registered and active in the System for Award Management (SAM) database (https://www.sam.gov) at time award is issued and throughout performance unless an exemption exists. Site Visit: A site visit is not currently scheduled but is highly recommended. If your company feels a site visit is needed, please request in writing to waydean.haynes@sba.gov no later than COB 12 June 2015. Site visits must be completed NLT 19 June 2015. Interested parties are invited to submit their quotations in response to this notice by 4:00PM Eastern Standard Time (EST), 24 June 2015. Quotes will be accepted via email only. Quotes that do not contain all required information will be rejected and considered unacceptable. Please submit your quote as described below. Quotes submitted in response to this notice shall include the solicitation number SBAHQ-15-Q-0047 in the subject line and be submitted via email only to robert.atchison@sba.gov and matthew.mulcahy@sba.gov. Communications with officials other than indicated above may compromise the competitiveness of this acquisition and result in cancellation of the solicitation and/or exclusion of your quotes from consideration. If you have any questions, please contact Robert Atchison, Contracting Officer, by e-mail - robert.atchison@sba.gov and matthew.mulcahy@sba.gov before COB 16 June 2015 with RFQ number SBHQ-15-Q-0047 in the subject line. A consolidated response will be provided in a solicitation amendment the within 2 business days. REQUIREMENTS: This is a brand name or equal procurement IAW FAR 52.211-6. Brand name product is Geovision GV-IRCAM20M license plate reader cameras. Any alternatives proposed will be reviewed for acceptance and compared to the brand name product and specifications. BRAND NAME OR EQUAL: Products quoted must include, or exceed, the original manufacturer's warranty terms & conditions. Quoters offering "equal" items must provide the make, model, and description of the items and provide "product literature/brochures." Additionally, the Government will not be responsible for locating or obtaining any information not identified in a response to the RFQ. Only new equipment will be accepted. No refurbished or used items will be considered. 1. Contractor shall replace three (3) existing analog cameras with new Geovision GV-IRCAM20M 12vdc cameras. 2. Contractor shall utilize the existing cabling in place and will adjust the mounting location if needed onsite. 3. Contractor shall work with SBA personnel to set and focus all three (3) camera views. 4. Contractor shall provide a one day rental of a 40' outdoor rated boom lift and will be responsible for all Safety Harnesses and PPE equipment. 5. Contractor shall de-install and re-install (6) existing analog exterior cameras and lower each camera as needed to increase the field of view. 6. Contractor shall adjust focus/redirect (3) existing analog cameras. 7. Each camera will stay in their current location. PERIOD OF PERFORMANCE: Work must be completed within 14 calendar days of award, excluding recognized federal holidays. PLACE OF PERFORMANCE: US Small Business Administration Processing and Disbursement Center 14925 Kingsport Road Fort Worth, Texas 76155 The contractor shall provide all qualified and knowledgeable personnel, transportation, tools, materials, supervision, and support necessary to provide fire alarm installation and testing services as described in this contract. The contractor shall perform to the standards in this contract as well as all applicable Codes that are in compliance with Federal, State, Local, and Army Regulations. The Contractor shall safeguard all government equipment, material, and supplies of every description from any type of damage. The Government shall not be liable for loss or damage to personal property belonging to the Contractor. The Contractor shall be responsible for damage to Government equipment, facilities and/or surrounding areas caused by his/her personnel. The Government will not provide any facilities/buildings to the Contractor for use as office or storage space. PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS: The Contractor shall, at his own expense, obtain all necessary permits, give all notices, pay all license fees and applicable taxes, comply with municipal, State, and Federal laws, ordinances, rules and regulations applicable to the business carried on under this contract. If a specialty trade is required to accomplish any scope of the work (gas, electrical, plumbing, etc.), certification of that particular trade must also be submitted and that certified person must be present to insure that the specialty work being performed is equal to or above the industry standard. A copy of all licenses and /or certifications shall be submitted to the Government COR prior to the commencement of work. Safety Requirements: In order to provide safety control for protection of the life and health of employees and other persons; for prevention of damage to property, materials, supplies and equipment; and for avoidance of work interruptions in the performance of this contract, the Contractor shall comply with all applicable portions of the Occupational Safety and Health Act (OSHA). Insurance requirements. Contractor shall maintain minimum amount of insurance for work to be performed throughout the period of performance IAW applicable federal, state, and local laws. INSTRUCTIONS TO OFFERORS ADDITIONAL REQUIREMENTS TO BE INCLUDED WITH SUBMITTED QUOTES 1. Completed copy of FAR provision 52.212-3 (attached) submitted with quote. 3. Service Contract Act: Applicable to this solicitation: The Service Contract Labor Standards applies to all nonprofessional services to be provided under this requirement. The SCA index of applicable wage determinations for this solicitation and resultant contract are shown (to be determined at time of award). Some of the Contractor proposed labor categories may be subject to the SCA (usually nonprofessional categories). As such, the Contractor should verify that its proposed base rates and fringe benefit rates for these labor categories meet or exceed the SCA wage determination rates and fringe benefits for the areas included in the geographic scope of the contract (i.e., Contractor facility); the Contractor will be required to comply with applicable SCA wage determination rates and fringe benefits regardless of the price proposed and awarded on any resultant contract. The Contractor may be required to submit supporting documentation for the proposed rates that will allow the contracting officer to conduct cost/price analysis to determine that offered prices are fair and reasonable. 2. Contractors must comply with the base rate and fringe benefit rate requirements of the prevailing rate SCA Wage Determination (WD) Revision Number for their respective localities. WDs based on collective bargaining agreements (CBAs) may be incorporated into an award if the previous award is found to be a successor contract as used in FAR Subpart 22.10. 3. In the price proposal, indicate which proposed labor categories are subject to the SCA by placing a double asterisk (**) next to the labor category name. 4. The following paragraph is meant to be instructive and NOT to be copied as part of proposed pricing: Interested parties will have to follow the guidance provided in the next paragraph and adjust rates according their respective facility locations. For all the Contractor's identified SCA-eligible labor categories, map them to the SCA-equivalent labor category title (titles/descriptions available at http://www.wdol.gov - click on the "library" link, then download the SCA Directory of Occupations, 5thEdition or most current). Also identify the WD# that the labor categories in your offer are predicated on. Note that the applicable revision number for any Wage Determination number is the revision number identified in the solicitation index of wage determinations. 5. There are two possible strategies for determining price adjustments under SCA-eligible labor categories. All price adjustments under SCA-eligible labor categories shall be in accordance with clause 52.222-43 A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 13.106 procedures apply to this RFQ. BASIS FOR AWARD The Government reserves the right to make award to the responsible offeror whose offer conforms to the solicitation and represents the best value to the government. Award will be based on whether the lowest priced of the quotations having the highest past performance rating represents the best value when compared to any lower priced quotation. PAST PERFORMANCE The Contractor shall provide at least 3 references for past performance evaluation for same or similar work. The Contracting Officer will make the determination as to whether references proposed are relevant to this procurement. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The following rating method shall be used in the evaluation of past performance: Neutral - Contractor has no record of past performance, or the record is inconclusive. Excellent - Performance met all contract requirements and exceeded many. Problems, if any, were negligible, and were resolved in a timely and highly effective manner Very Good - Performance met all contract requirements and exceeded some. There were few minor problems, which the contractor resolved in a timely, effective manner. Satisfactory - Performance met contract requirements. There were some minor problems, for which corrective actions taken by the contractor were satisfactory Unsatisfactory - Performance did not meet contractual requirements. There were serious problems, and the contractor's corrective actions were ineffective. Not eligible for award. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. PRICE The Government will evaluate price realism with regard to the ability of the offeror to meet requirements in terms of skills required, complexity of disciplines and job difficulty, if the Government deems such analysis necessary. SOLICITATION PROVISIONS/CLAUSES 52.212-3, Contractor Representations and Certifications - Commercial Items, applies to this acquisition 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses, as cited in 52.212-5, are included: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.239-1, 52.222-41, 52.222-55. 52.204-13, System for Award Management Maintenance 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management 52.242-15, Stop Work Order 52.247-34, FOB Destination 52.246-2, Inspection of Supplies - Fixed Price 52.246-4, Inspection of Services - Fixed Price 52.252-1, Solicitation Provisions Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL https://acquisition.gov/far/index.html 52.252-2, Clauses Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL https://acquisition.gov/far/index.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-15-Q-0047/listing.html)
 
Place of Performance
Address: US Small Business Administration, Processing and Disbursement Center, 14925 Kingsport Road, Fort Worth, Texas, 76155, United States
Zip Code: 76155
 
Record
SN03757097-W 20150610/150608235241-81ff47df6923cafcd778f3b0f174ab66 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.