Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:M0026319Q0030
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This an...
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the format in FAR 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. Solicitation number M0026319Q0030 is issued as a request for quote (RFQ) using the commercial procedures in accordance with FAR Part 12. The Source Selection procedures are in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 and DFARS Publication 20190215. The Regional Contracting Office, Marine Corps Recruit Depot- Parris Island, SC intends to solicit and award a Firm Fixed Price contract for MNS PIBS Relocation and Installation. This solicitation is issued as 100% Total Small Business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 561621 with a size standard of 20.5 (millions of dollars). All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF1449 M0026319Q0030 attached to this synopsis. Offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The basis for award is Lowest Price Technically Acceptable (LPTA). The apparent successful, prospective contractor shall have acceptable past performance: (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: The basis for award is Lowest Price Technically Acceptable (LPTA). The apparent successful, prospective contractor shall have acceptable past performance. I. Technical Acceptability is defined as meeting the requirements provided in Section B CLIN extended description, Section C Performance Work Statement, and providing a complete quote in accordance with the instructions provided in Section L. The Contractor shall ensure that all field personnel designated to install and/or program any piece of USMC ESS AMAG, DMP, WAVES, PELCO, GENETEC, or other equipment shall have verified system training and certification from the OEM vendor. Prior to the start of any USMC ESS installation/programming effort, the Contractor shall submit the work experience and system accreditation/certification evidence for each team member. To maintain system integrity, compatibility must be certified, and final connectivity to the PMO Dispatch Center will be accomplished / supervised by USMC ESS TSA personnel. The contractor must show experience with Marine Corps requirements of installation standards in accordance with MCO 5530.14A, MCESS Best Practices. The contractor must show experience with the MCESS Mass Notification System program standards and Cooper WAVES mass notification systems, devices, and operating systems. The contractor must provide documentation showing Cooper WAVES Emergency Communication Systems (ECS)/Mass Notification Systems certified personnel. Acceptable documentation shall include a copy of any current certification provided by Cooper WAVES. Contractors performing electronic security system installations with the intention of connecting to the USMC ESS head end, must be familiar with the MCO 5530.14A, Paragraph 6003.3b. Failure to provide the required information may result in nonconformance. II. Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an "acceptable" or "unacceptable basis. The apparent successful, prospective contractor must have acceptable past performance. The Supplier Performance Risk System (SPSR) application (https://www.ppirssrng.csd.disa.mil/) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i). Any contractor with past performance less than satisfactory will be rated as 'unacceptable'. 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 meaningful 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, "unknown" shall be considered acceptable. III. Quoters shall be ranked in order of lowest price to highest price. The lowest-priced quotation shall be evaluated first. If the lowest-priced quotation is technically acceptable, no other quotations will be evaluated. The closing date and time for this solicitation is 27 Jun 2019 3:00 pm Eastern. The primary point of contact for this solicitation is Anthony Islas (anthony.islas@usmc.mil). No phone calls, all questions shall be in writing and received by this office no later than 3:00 PM Eastern on 26 Jun 2019.