Inactive
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Notice ID:N4019220R3004
Amendment 0003: Revised Equipment List; Revised Appendix 02 - Equipment List attached. Amendment 0002:- Pre-proposal Inquiry No.2. Amendment 0001:- Pre-proposal Inquiry No.1; Proposal due date extende...
Amendment 0003: Revised Equipment List; Revised Appendix 02 - Equipment List attached. Amendment 0002:- Pre-proposal Inquiry No.2. Amendment 0001:- Pre-proposal Inquiry No.1; Proposal due date extended to 8/10/2020 by 1000 hrs Guam Standard Time. Site visit information attached. Solicitation Number: N40192-20-R-3004 Contract Title: NCTS Physical Security Maintenance Services Type of Contract: Firm Fixed Price / Indefinite Delivery Indefinite Quantity Service Contract Description of Services: The Contractor shall provide scheduled routine troubleshooting, repair, testing and maintenance on all Electronic Security System (ESS) equipment in accordance with the Performance Work Statement (PWS), Enclosure (1). The contract shall be in effect for a period from 15 September 2020 to 14 September 2025. The Government has the option of extending the contract for four (4) twelve month period based on the same terms and conditions as contained in the PWS, not to exceed the maximum performance period of sixty (60) months. Purpose Code: OSV – Other Professional Services NAICS: 561621 – Security Systems Services (except Locksmiths) Size Standard: $22.0 Million Federal Supply Code: J063 – Maintenance and Repair of Alarm, Signal, and Security Detection Systems Set-Aside: HUBZone Small Business This is a best value offer using the lowest price technically acceptable (LPTA) procurement requiring both nonprice and price proposals. Award of a contract shall be made to the responsible Offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. Evaluation factors will be set forth in the solicitation. The Government intends to award a contract without conducting discussions; therefore, the Offeror’s initial proposal shall contain its best terms from a price and non-cost/price standpoint. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. This acquisition will be solicited as a competitive procurement for a HUBZone Set-Aside for a Single-Award, Firm-Fixed-Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract. The Government will only accept offers from qualified HUBZone businesses. Proposal due date is Monday, August 10, 2020 at 10:00 a.m., Chamorro Standard Time/Local Time. Amendments and Notices will be posted on www.beta.SAM.gov for downloading. This will be the normal method of distributing amendments, therefore, it is the OFFEROR’S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. The Acrobat Reader, required to view the PDF files, can be downloaded free of charge form the Adobe website. Paper copies of the solicitation, amendments, and applicable documents will not be provided. Questions regarding the solicitation shall be submitted using the Pre-Proposal Inquiry (PPI). Verbal queries will not be entertained. E-mail subject should be PPI for RFP N40192-20-R-3004, followed by the offeror’s corporate name. NOTE: The offeror is advised to request a confirmation of receipt to ensure the mail recipient receives the electronic submission. To be eligible for contract award, offerors must be registered in the DoD System for Award Management (SAM). Register via the SAM website http://www.beta.sam.gov. All prospective offerors interested in submitting a proposal must have a valid Government Entity (CAGE) code. IMPORTANT NOTICE: Offerors are required to register in the System for Award Management (SAM) database via the website https://www.beta.sam.gov and have a registered DUNS number prior to award. Reference is made to DFARS Clause 252.204-7007, Alternate A, System for Award Management. Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an Offeror ineligible for award of DoD contracts. DOCUMENTS ATTACHED: Standar Form 30 (SF30) - Amendment 0001 Pre-Proposal Inquiry No.1 SF30 Enclosure (1) - Site Visit Map SF30 Enclosure (2) - Base Pass Access Forms Standard Form 1449 – Schedule – Contract Line Item Numbers (CLINS) Appendix 1 – Performance Work Statement (PWS) Appendix 2 – Inventory List Appendix 3 – Exhibit A through E – Exhibit Line Item Numbers (ELINs) Appendix 4 – Past Performance Questionnaire (PPQ) Appendix 5 – Pre-Proposal Inquiry (PPI) Form Appendix 6 - Wage Determination No.: 2015-5694- (Rev. 10)