Non-Personal Services For Physical Access Control System (PACS) Simplex Preventative Maintenance, Service, & Routine & Emergency Repair & Replacement Services At Princeton, NJ
PLEASE REVIEW THE ATTACHMENTS FOR THE COMPLETE DETAILS OF THIS REQUIREMENT. REFERENCE 52.212-2 FOR EVALUATION CRITRIA. REFERENCE AND COMPLETE THE FOLLOWING: 1. FAR 52.204-24 Representation Regarding C... PLEASE REVIEW THE ATTACHMENTS FOR THE COMPLETE DETAILS OF THIS REQUIREMENT. REFERENCE 52.212-2 FOR EVALUATION CRITRIA. REFERENCE AND COMPLETE THE FOLLOWING: 1. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) (d) Representation. The Offeror represents that— (1)It ___will, ___ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds “will” in paragraph (d)(1) of this section; and (2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that— It ___ does, ___ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds “does” in paragraph (d)(2) of this section. (e) Disclosures. 2. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (DEC 2019) (c) Representation. The Offeror represents that it ___ does, ___ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (End of provisi **** Non-Personal Services For Physical Access Control System (PACS) Simplex Preventative Maintenance, Service, & Routine & Emergency Repair & Replacement Services At Princeton, NJ (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAE000-20-00942MWH. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 (AUG 2020) (Deviation 2020-05) (APR 2020) (2017-05) (Sept 2017). (IV) This solicitation is being issued as a total small business set aside. The associated NAICS code is 561621. The small business size standard is $22.0M. (V) This combined solicitation/synopsis is for the purchase of the following commercial item(s) in accordance with the Statement of Work (SOW): Preventative maintenance, service, and routine and emergency repair and replacement services of its Physical Security System, consisting of a SoftwareHouse C-Cure 9000 Physical Access Control System (PACS) and Visitor Management System, and Genetec Video Surveillance System (VSS), both Display and Recording Systems for a base year of September 7, 2020, through September 6, 2021, and four subsequent one-year options, the last of which runs through September 6, 2025. (VI) Description of requirements is as follows: The contractor shall provide services as specified in the attached, incorporated SOW. (VII) Date(s) and place(s) of period of performance: Place of Performance: NOAA Geophysical Fluid Dynamics Laboratory, Forrestal Campus, Princeton University, 201 Forrestal Road, Princeton, NJ 08540 Period of Performance: Base Year – 09/07/2020 through 09/06/2021 Option Year 1 - 09/07/2021 through 09/06/2022 Option Year 2 - 09/07/2022 through 09/06/2023 Option Year 3 - 09/07/2023 through 09/06/2024 Option Year 4 - 09/07/2024 through 09/06/2025 (VIII) 52.212-1 Instructions to Offerors-Commercial Items (Jun 2020) (Deviation 2019-03)(June 2019)(Deviation 2020-07)(May 2020), applies to this acquisition. This is a best value RFQ. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Enter specific Instructions below 1. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to marilyn.herrera@noaa.gov. 2. Contractor shall have an active registration in the System for Award Management (SAM found at www.SAM.gov in order to provide a quote and be eligible for award. 3. Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. 4. Site visit is highly recommended but not required. Reference Clause 52.237-1 for details. "THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT". CAM 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO MARILYN.HERRERA@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 P.M. MDT/MST, August 21, 2020. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (IX) FAR 52.212-2, EVALUATION – COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). (a) 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. This is an “all or none” request. This contract will be awarded as a firm-fixed price with payment terms of Net 30 on a best value/trade off basis. Past performance and technical expertise are significantly more important than price. 1) Technical Approach – Contractor shall meet all the Contractor Performance Requirements of the Performance Work statement and provide supporting documentation demonstrating the following factors: a. Technical Requirements: Describe the experience and ability of contractor to meet all the requirements described in the Statement of Work as well as in Section 18 Proposal Evaluation. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a site visit. A site visit is highly recommended but not required. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Patricia Irby, telephone 609-452-5821 or email Patricia.Irby@noaa.gov to set up a time to visit the site. All questions during the site visit should be submitted electronically to marilyn.herrera@noaa.gov. 2) Past Performance – The offeror's past performance on two relevant past performance references for similar services, in terms of scope, equipment, and setting shall be provided. The Government reserves the right to contact these past performance references Offeror’s quote shall include at least two references including a contact name, telephone number, full address, and e-mail address. 3) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise 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 offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
Data sourced from SAM.gov.
View Official Posting »