The RFP Database
New business relationships start here

Security System Maintenance for NCTS Guam


Armed Forces Pacific, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

NAVAL FACILITIES ENGINEERING COMMAND MARIANAS
36th Contracting Squadron
Andresen Air Force Base, Guam
Unit 14040 Building 22026
APO AP 96543-4040

NAICS Code: 561621- Security System Services (except Locksmiths).

Product Service Code: J063 b Maint/Repair/Rebuild of Equipment b Alarm, Signal, and Security Detection Systems

Subject: Security Systems Maintenance for NCTS, Guam

Solicitation Number: N40192-18-R-7004

Closing Response Date: 26 OCT 2017 @ 1600 Chamorro Standard Time

Point of Contact (POC):

Gillian B. David
(671) 366-3686
gillian.david@us.af.mil

I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 b Streamlined Procedures for Evaluation and Solicitation for Commercial Items.
The procedures of FAR 12 b Acquisition of Commercial Items and FAR 13 b Simplified Acquisition Procedures will be used for this acquisition. This announcement constitutes the only solicitation; offers are requested and a written solicitation will not be issued.

II. Solicitation number N40192-18-R-7004 is issued as a Request for Quotations (RFQ).

III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 dated 18 Nov 2016.

IV. This acquisition is set-aside 100% for small business concerns. The North American Industry Classification System (NAICS) Code is 561621- Security System Services (except Locksmiths).
The small business size standard is $20,500,000.

V. The Government intends to award a Firm-Fixed-Price contract for the following described requirement, delivery terms, and contract line items (CLINs). Offerors shall provide quotes for the following CLINs:


CLIN 0001 b Mobilization. Period of Performance: 10 days
CLIN 0002 b Security System Maintenance in accordance with the Statement of Work (SOW) provided as Appendix 1. Period of Performance: 365 days

V. Description of Requirement: The contractor shall provide all personnel, labor, materials, transportation, and equipment to provide security systems maintenance for NCTS Guam and all associated material and equipment as required by the SOW.


The following clauses and provisions are applicable to this procurement:

FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. No addendum to this provision.

FAR 52.212-2, Evaluation--Commercial Items (OCT 2014), applies to this acquisition. 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 Government intends to award to one offeror on an all or none basis. Acceptance of an offer furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.
Before the offers specified offer expiration date, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The following factors shall be used to evaluate offers:

(1)    Technical acceptability of the services offered to meet the Government requirement: Technical acceptability is defined as meeting all of the requirements in the SOW to include a list of inventory to meet the requirement (or documentation, order, subcontract(s)), substantiating that the offeror can deliver the POS by due date specified in the SOW.

(2) Price
    a) Offers will be listed in ascending order by price (low to high).
The price evaluation will document the reasonableness and completeness of the total evaluated price. The award will be made to the lowest priced offeror who is determined to be technically acceptable.
b) If the lowest priced offer is found technically acceptable, the award will be made without further consideration. If the lowest priced offer is deemed technically unacceptable, the next lowest priced offer will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable offer.

(3) Past Performance
a) Past performance information may be obtained from established systems such as the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; and may be obtained from other sources available to the Government, such as the Defense Contract Management Agency and Contracting Officers.

b) Offerors are required to submit a minimum of one (1) and a maximum of three (3) past performance questionnaires (PPQ) with their offer for which POS have been leased within the past three (3) years.
Contracts listed may include those entered into with the Federal Government, agencies of state and local government and commercial customers. A blank PPQ is provided with this RFQ, Appendix 2.
TECHNICAL CRITERIA RATING DEFINITION:
Acceptable: Offer meets the requirements of the solicitation and SOW.
Unacceptable: Offer does not meet the requirements of the solicitation and SOW.
PAST PERFORMANCE RATING DEFINITION:
Acceptable: Based on the offerorbs performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offerorbs performance record is unknown.
Unacceptable: Based on the offerorbs performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.

Technical and Past Performance, when combined, are approximately equal to cost or price.


FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, applies to this acquisition
FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. No addenda to this clause.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition:

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Governmentsb Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
FAR 52.219-6, Notice of Total Small Business Set-Aside;
FAR 52.219-13, Notice of Set-Aside Orders;
FAR 52.219-28, Post Award Small Business Program Re-representation;
FAR 52.222-3, Convict Labor;
FAR 52.222-21, Prohibition of Segregated Facilities;
FAR 52.222-26, Equal Opportunity;
FAR 52.222-36, Affirmative Action for Workers with Disabilities;
FAR 52.222-50, Combating Trafficking in Persons;
FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving;
FAR 52.225-13, Restrictions on Certain Foreign Purchases;
FAR 52.232-33, Payment by Electronic Funds Transfer; System for Award Management
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels;

Addenda to 52.212-5
FAR 52.227-1, Authorization and Consent;
FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement;
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation;
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials;
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower;
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information;
DFARS 252.225-7001, Buy American and Balance of Payments Program;
DFARS 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program;
DFARS 252.225-7048, Export-Controlled Items;
DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports;
DFARS 252.232-7006, Wide Area Work Flow Payment Instructions;
DFARS 252.232-7010, Levies on Contract Payments;
DFARS 252.244-7000, Subcontracts for Commercial Items;
DFARS 252.247-7023, Transportation of Supplies by Sea;

(End of Addenda)
All firms must be registered and active in the System for Award Management (SAM) database at
https://www.sam.gov/portal/public/SAM/ to be considered for award.
All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award bcare ofb will not be accepted. All quotes must include the Offerorbs registered DUNS, CAGE code, and Tax ID and small business status.

Responses to this RFQ must be received via electronic mail to Gillian David at gillian.david@us.af.mil no later than 1600 hours (4pm) Chamorro Standard Time on Thursday, 26 October 2017. Oral quotations will not be accepted. Emailed quotes must be received at the stated addresseebs email inbox on time and the addressee must be able to open the email and all attachments.
No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the responsibility of the Offeror to request confirmation of receipt from the Government.

Questions regarding this solicitation shall be submitted in writing via electronic mail using the Pre-Proposal Inquiry (PPI) form, Appendix 3 to gillian.david@us.af.mil, no later than 4:00 p.m., 20 October 2017 Guam Standard Time. Verbal inquires will not be entertained.

Appendices:
1.    Statement of Work (SOW)
2.    Past Performance Questionnaire (PPQ)
3.    Pre-Proposal Inquiry (PPI)

Gillian David 671-366-3686

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP