Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

H -- Establishment of an annual inspection program

Notice Date
7/10/2020 1:05:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
OFFICE INSPECTOR GENERAL WASHINGTON DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70VT1520R00007
 
Response Due
7/28/2020 7:00:00 AM
 
Archive Date
08/12/2020
 
Point of Contact
Sheri Brooks, Phone: 2026041084
 
E-Mail Address
sheri.brooks@oig.dhs.gov
(sheri.brooks@oig.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 Government intends to award a Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose proposal conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. (ii) The Request for Proposal (RFP) or Reference Number is: 70VT1520R00007. (iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07. (iv) This acquisition is set aside for 100% Total Small Businesses. The associated North American Industry Classification System (NAICS) code for this acquisition is 561621� Security Systems Services � Except Locksmiths small business size is $20.5 Million. (v) The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work.) The anticipated date for contract award is on or about August 2020. (vi) The Contractor shall provide for the establishment of an annual inspection program to ensure all Electronic Security Systems (Access Control, Intrusion Detection, Intercom & CCTV) are fully functional, identify upcoming maintenance or life-cycle needs, and provide a means to ensure standardization across the field locations with respect to inspection process and tracking, preventive maintenance, installation of new systems and warranty management. (vii) The period of performance for this requirement is a twelve month base period and four twelve-month option periods.� The place of performance shall be the Contractor�s facilities with occasional visits to the Department of Homeland Security (DHS), Office of Inspector General (OIG) at 395 E St SW, Washington, DC 20024 and the different OIG facilities throughout the United States to include Puerto Rico (see attached facilities list Attachment 4).� (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors � Commercial applies to this acquisition. The following addendum has been attached to this provision: Offerors� submissions shall include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least three relevant past performance (relevant is defined as work similar in size, scope and complexity to the work identified in the SOW) references wherein they provided the same type and scope of service as required by this RFP.� References shall be for services provided within the last three years. Each Offeror shall submit their Technical Proposal and associated documents as a separate electronic attachment from the Pricing Proposal. The Pricing Proposal attachment shall include the completed Pricing Table in Attachment A. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate proposals: 1) Technical Understanding and Capabilities, 2) Past Performance and 3) Price. Technical Understanding and Capabilities and Past Performance are of descending order of importance. �However, when combined, they are significantly more important than price. �Price may become the determining factor for award as proposals become more equal based on other factors. The Government will determine whether the price, inclusive of all options (including the options available under FAR 52.217-8), is fair and reasonable, and whether the price of the base period and the option period (including the option(s) represented by FAR 52.217-8), in combination with the other evaluation criteria specified in the solicitation, represents the best value to the Government. The technical proposal shall include details describing the contractor�s ability to understand the services required as outlined in the Statement of Work. �Technical proposal shall not exceed twenty (30) pages.� This page count does not include cover pages, resumes or past performance references. There are no page limitations to the price proposal. (x) FAR 52.212-3 Offeror Representations and Certifications�Commercial Items. �The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions�Commercial Items applies to this acquisition.� The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.222-3 Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity;� 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management. (xiii) The following additional clauses are cited: FAR 52.202-1 Definitions, 52.203-3 Gratuities, 52.203-5 Covenant Against Contingent Fees, 52.203-7 Anti-Kickback Procedures, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, 52.204-7 System for Award Management, 52.204-19 Incorporation by Reference of Representations and Certifications, 52.222-17 Non-Displacement of Qualified Workers, 52.222-50 Combat Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.227-14 Rights in Data � General, 52.232-39 Unenforceability of Unauthorized Obligations, 52.233-1 Disputes, 52.233-3 Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.243-3 Changes � Fixed Price, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Term of the Contract; 3052.209-70 Prohibition on contracts with corporate expatriates, 3052.215-70 Key Personnel or Facilities, 3052.242-72 Contracting Officer�s Technical Representative.� Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at �http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) � N/A. (xv) Questions concerning this RFP must be received via email to the point of contact noted below no later than 10:00 AM. ET on July 20, 2020. In order to receive responses to questions, Offerors must cite the section, paragraph number, and page number.� Proposals are due no later than July 28, 2020 at 10:00 AM ET and must be submitted electronically (via email) to the individuals noted in section �xvi�.� A separate solicitation document is not available. For more information regarding this RFP please contact Sheri Brooks, Contracting Officer, sheri.brooks@oig.dhs.gov or 202-604-1084.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/05fe08f6e9084e95bb04467d21516653/view)
 
Place of Performance
Address: Washington, DC 20528, USA
Zip Code: 20528
Country: USA
 
Record
SN05717429-F 20200712/200710230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.