Closed Circuit Television Purchase and Install
The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, Natick Contracting Division intends to award a Firm Fixed Price sole source purchase order on behalf of ... The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, Natick Contracting Division intends to award a Firm Fixed Price sole source purchase order on behalf of the Chemical Biological Medical Center (CBMC) to Contracting & Communications Services, Inc. at 14805 Kelley Farm Drive, Darnestown, MD 20874 under the authority as prescribed in FAR Part 13.106-1(b)(1)(i) - only one source reasonably available that will satisfy agency requirements. This requirement is for the purchase of a closed circuit television monitoring system and installation of the system. Contracting & Communications Services, Inc. is the only organization with past performance knowledge in which the current data drops and conference room equipment as well as prior knowledge of the facilities in which this work will be conducted and therefore will be able to perform the necessary CCTV and conference room installation within the required timeframe. This is a notice of intent to issue this solicitation on a sole source basis. This notice of intent is not a request for quotations (RFQ). Any other firms desiring consideration must fully identify their interest and capability to provide these items no later than June 3, 2019 to the individual listed below. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest in writing, to the Government point of contact. Responses to this notice must be received no later than 1100am Eastern Standard Time (EST), June 4, 2019. The point of contact for this action is Mr. Lee Hess, lee.a.hess.civ@mail.mil. No telephone requests will be honored. (i) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1) (i) Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award to is Contracting & Communications Services, Inc., 14805 Kelly Farm Drive, Darnestown, MD 20874. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (iii) The solicitation number is _W911QY-19-R-0034_ This acquisition is issued as an ___RFQ___. (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 dated 20 December 2018. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - CCTV Purchase and Install, Qty: 1, UOM:JB (vi) Description of requirements: Closed Circuit Television Purchase and Install (vii) Delivery is required by _1 July, 2019 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is incorporated by reference to this RFQ. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer (SAM.gov registration). (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference to this RFQ. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: _____________________________________. (xii) The following additional contract requirement(s) or terms and conditions apply: FAR: 52.212-3 - Offeror Representations and Certifications - Commercial Items 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Award 52.204-16 - Commercial and Government Entitiy Code 52.204-18 - Registration in SAMS 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems 52.209-6 - Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-26 - Equal Opportunity 52.222-21 - Prohibition of Segregated Facilities 52.222-36 - Affirmative Action for Workers With Disabilities 52.222-41 - Service Contract Labor Standards 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-44 - Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.222-50 - Combating Trafficking In Persons 52.222-55 - Minimum Wages Under Executive Order 13706 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer 52.232-40 - Accelerated Payments to Small Business Subcontractors DFARS: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.204-7000 - Disclosure of Information 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7015 - Disclosure of Information to Litigation Support Contractors 252.225-7000 - Buy American Statute - Balance of Payments Program Certificate 252.225-7001 - Buy American Act and Balance of Payments Program 252.232-7006 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition of Interrogation of Detainees by Contractor Personnel 252.244-7000 - Subcontracts for Commercial Items 252.246-7008 - Sources of Electronic Parts 252.247-7023 - Transportation of Supplies by Sea 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 252.232-7006 - Wide Area WorkFlow Payment Instructions (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions.The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. W56YHX (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC HQ0490 Issue By DoDAAC W911QY Admin DoDAAC W911QY Inspect By DoDAAC W56YHX Ship To Code W56YHX Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Sabrina.b.coulby.civ@mail.mil Lee.A.Hess.civ@mail.mil (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regard invoicing in WAWF from the following contracting activity's WAWF point of contact. Lee.A.Hess.civ@mail.mil (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as unrated__N/A__. (xiv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xv) Offers are due on __4 June 2019________{insert calendar date}, by _11:00 a.m. ET__{insert time}, to Lee A. Hess via email: lee.a.hess.civ@mail.mil. (xvi) For information regarding this solicitation, please contact the Contracting Officer, Lee A. Hess at the above listed email address.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »