Maintenance Support Services for Lenel Electronic Security System, Pelco CCTV System and Morse Keywatch System at Tobyhanna, PA
NOTICE TO OFFERORS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for ... NOTICE TO OFFERORS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP3300-19-Q-0002. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 effective 22 August 2018 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180629 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2018-09. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This Request for Quotation (RFQ) is being issued to establish a hybrid Firm-Fixed Price (FFP) and Time and Materials (T&M) contract for Maintenance Support Services for the Lenel Electronic Security System, PELCO CCTV System, and Morse Keywatch System at DLA Distribution Tobyhanna, PA. The contractor shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide preventive and maintenance services, unscheduled service calls (as needed) and all repair and or replacement parts necessary to keep all portions of the integrated electronic security system covered by this requirement in good operating condition. The services shall be performed in accordance with the Performance Work Statement (PWS) provided as Attachment 1. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. 4. This RFQ is solicited as Full and Open Competition. The North American Industry Classification System (NAICS) code for this project is 561621 and the size standard is $20.5 million. The PSC Code for this procurement is J063 - Maint/Repair/Rebuild of Equipment; Electronic & Communication Services. 5. Period of Performance shall be on or about as follows: Base Year: December 1, 2018 through November 30, 2019 Option Year 1: December 1, 2019 through November 30, 2020 Option Year 2: December 1, 2020 through November 30, 2021 6. This requirement is subject to the Service Contract Act. Wage Determination No. 2015-5797 Revision No. 7 dated 07/03/2018 is provided as Attachment 5. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade equivalent to this position is as follows: Machinery Maintenance Mechanic = $21.56 per hour 7. Past Performance is required from all offerors and shall be provided with the quotes. Please pay special attention to the Instructions to Offerors starting page 15. 8. INVOICING AND PAYMENT - Invoicing and Payment will be made via Wide Area WorkFlow. See DFAR Clauses 252.232-7006 and 252.232-7003 found on page 10 the RFQ. Billing shall be made monthly in arrears. 9. CONTRACT PRICING: CLINs x003, x004 are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only for repair services. The contractor shall not exceed the CLIN/contract ceilings without prior approval from the Contracting Officer. The price charged to the Government for a purchased part under CLINs x004 shall not exceed the contractor's established catalog or market price. If the contractor obtains a part at a discounted cost, the contractor shall pass the savings on to the Government. Upon request of the Contracting Officer Representative (COR), the contractor will be required to provide invoices and/or proof of pricing for the contractor purchased part. 10. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: Contractor POC: Company Address: Telephone: CAGE Code: EMAIL 11. SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 12. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 13. Questions shall be submitted in writing via e-mail to andrew.tulli@dla.mil Unit of Issue: MO= Month HR = Hour YR = Year Attachments: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Equipment List Attachment 3 - Maintenance Task List Attachment 4 - TE 1.1 - Contractor Personnel Security Requirements Attachment 5 - Wage Determination Attachment 6 - Schedule of Supplies/Services (Use this spreadsheet to provide Volume I Price Quote) Attachment 7 - Past Performance Questionnaire (Have reference(s) complete and return this form with Volume II Technical Capability and Past Performance)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »