The RFP Database
New business relationships start here

Fire Extinguisher Inspection Services


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL SERVICES prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested herein and a separate written solicitation will not be issued.

This solicitation is a Request for Proposal (RFP). This action is a full and open competition under NAICS Code: 561621 "Security Systems Services (except Locksmiths)". The size standard for NAICS Code 561621 is $20,500,000.00.


The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), intends to procure the following Commercial Non-Personal Services in support of the U.S. Army Redstone Test Center (RTC) located on Redstone Arsenal, Huntsville, AL. The Government anticipates the issuance of a Firm Fixed Priced Contract as a result of subject solicitation.


Inspection Services, to include monthly, annual, and 6 or 12 month intervals as applicable, is required for RTC fire extinguishers as referenced in the attached Extinguisher Master List.


All services are requested to be quoted and specified by the vendor as seen below:


CLIN Description

0001 Year 1 Inspections
0002 Year 2 Inspections (option)
0003 Year 3 Inspections (option)
0004 Year 4 Inspections (option)
0005 Year 5 Inspections (option)
0006 Manpower Reporting (not priced)


Submission Instructions:


Offerors shall submit proposals in accordance with the above CLIN structure, referencing the attached Master Extinguisher List and Performance Work Statement. Offerors shall also certify that they provide fire extinguisher inspection and maintenance services in accordance with the NFPA (National Fire Protection Association) current standards. Offerors shall provide the Government with past performance information to include 2 (preferably Government) contracts/orders held within the past 3 years; include contract number and point of contact information. Submissions shall be in MS Office or Adobe Acrobat compatible formats.


Evaluation Criteria:


In accordance with FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Each quote submitted is required to have sufficient detail to determine technical acceptability. Accompanying documentation shall demonstrate that the offeror's proposed solution will meet the essential requirements of the Government.


The following factors shall be used to evaluate offerors:


Factor 1 Price: Price will be evaluated based on the total proposed price for CLINs 0001 thru 0005.


Factor 2 Technical: The Technical factor will be an evaluation of the offeror's submission to determine if the offeror's proposed solution meets the minimum specifications provided in this solicitation and associated SOW. A solution that meets the minimum specifications will be rated as "Acceptable". A solution that fails to meet the minimum specifications will be rated as "Unacceptable".


Factor 3 Past Performance: The Government may use various techniques to evaluate an offeror's recent/relevant past performance. These techniques include, but are not limited to, reviewing information in the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance and Integrity Information System (FAPIIS), or other databases; or obtaining information from other sources available to the Government, such Defense Contract Management Agency (DCMA), interviews with Program Mangers, Contracting Officers, etc. For the purposes of this solicitation, recent and relevant past performance is defined as efforts occurring within the last 3 years from date of issuance of this solicitation, that are the same or similar (as compared to NAICS 561621) as the effort required by this RFQ.


Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaning past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability an unknown rating shall be considered "Acceptable".


Past Performance will be evaluated as either "Acceptable" or "Unacceptable". An "Acceptable" rating will be assigned to an offeror for which, based on their performance record, the Government has a reasonable expectation that they will be able to successfully perform the required effort, or the offeror's performance record is unknown (see note above). An "Unacceptable" rating will be assigned to an offeror for which, based on their performance record, the Government does not have a reasonable expectation that they will be able to successfully perform the required effort.


Other Information/Requirements:


1. It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY but is not obligated to consider the Offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed by the Government as insufficient and non-responsive to the solicitation.


Performance will take place at Redstone Arsenal, AL, in support of Redstone Test Center, with presence across the Arsenal.


2. Contractor Manpower Reporting - The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services under the resulting contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.


BASIS FOR AWARD:


A single award will be made to the Lowest Priced Technically Acceptable (LPTA) vendor and only to the vendor offering the LPTA quote for services meeting or exceeding the acceptability standards for non-cost factors to the Government, and whose past performance is rated as Acceptable. Price will be evaluated based upon the total proposed price for CLINs 0001-0005. The Government reserves the right to award without discussions. Additionally, the Contracting Officer reserves the right to make no award under this solicitation.


PROVISIONS AND CLAUSES applicable to this acquisition are as follows:


FAR 52.202-1, Definitions;
FAR 52.203-3 Gratuities
FAR 52.203-5 Covenant Against Contingent Fees
FAR 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT - ALTERNATE I;
FAR 52.203-7 Anti-Kickback Procedures
FAR 52.204-4 Printed or Copied Double-Sided on Recycles Paper;
FAR 52.225-13 Restrictions on Certain Foreign Purchases;
FAR 52.212-1, Instructions to Offerors - Commercial Items;
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; (include a completed copy of this provision with your quote)
FAR 52.212-4, Contract Terms and Conditions - Commercial Items, the following clauses apply: 52.233-1, Disputes, 52.233-3 Protest After Award, 52.204-7, System for Award Management, 52.232-1, Payments, 52.243-1, Changes - Fixed Price, and 52.249-2 -- Termination for Convenience of the Government (Fixed-Price),
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: 52.222-3, Convict Labor, 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 Reports on Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.233-2, Service of Protest, 52.233-4, Applicable Law for Breach of Contract Claim, AND 52.232-33, Payment by Electronic Funds Transfer-System for Award Management;
FAR 52.222-22, Previous Contracts and Compliance Reports;
FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans;
FAR 52.227-1, Authorization and Consent;
FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement;
FAR 52.246-4, Inspection of Services - Fixed Price
FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE
FAR 52.252-6, Authorized Deviations in Clauses
FAR 52.204-7, System for Award Management
DFARS 252.201-7000 Contracting Officer's Representative
DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items;
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: 52.203-3 Gratuities, 252.232-7003 Electronics Submission of Payment Requests and Receiving Reports
DFARS 252.204-7003, Control of Government Personnel Work Product;
DFARS 252.243-7001, Pricing of Contract Modifications;
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;
DFARS 252.204-7004, ALTERNATE A, System for Award Management


Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://farsite.hill.af.mil/farsite.html


All responsible sources may submit a quote which shall be considered by the Contracting Officer. The offeror must be registered in the System for Award Management (SAM) database prior to award.

The offeror shall submit their proposal/quote via email to the Contract Specialist by 3:00 PM - EST-U.S on Thursday, 28 September 2017. Email: dominic.e.jenkins-milligan.civ@mail.mil


Contact Information:
Mr. Dominic E. J. Milligan
Contract Specialist
Army Contracting Command -Aberdeen Proving Ground (ACC-APG)
P - 410-306-2855


Dominic E. J. Milligan, Phone 4103062855, Email dominic.e.jenkins-milligan.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP