I Corp access control system (ACS)
The current First Corps headquarters building 2025 has two distinct and separate access control systems. The older Millennium system is no longer maintained by the original manufacturer. See attached.
The current First Corps headquarters building 2025 has two distinct and separate access control systems. The older Millennium system is no longer maintained by the original manufacturer. See attached.
Data sourced from SAM.gov.
View Official Posting »
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. The solic... 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. The solicitation number is W911S823Q0011 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $11.00M. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-04-14 12:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Place of Performance. The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: Base Period of Performance: 06/01/2023 - 05/31/2024 LI 001: Monthly Maintenance The contractor shall provide monthly preventative maintenance on all emergency generators listed in Technical Exhibit (TE) 3 as per PWS 3.1-3.4., 1, Job; LI 002: Annual Services The contractor shall provide monthly preventative maintenance on all emergency generators listed in Technical Exhibit (TE) 3 as per PWS 3.1-3.4., 1, Job; LI 003: Minor Emergency Services The contractor shall be prepared to carry out minor repairs necessary to ensure the generators remain fully mission capable. Contractor shall follow the steps outlined in PWS 3.3 for repairs., 4, Job; LI 004: Major Emergency Services The contractor shall be prepared to carry out major repairs necessary to ensure the generators remain fully mission capable. Contractor shall follow the steps outlined in PWS 3.3 for repairs., 4, Job; Option 1 Period of Performance: 06/01/2024 - 05/31/2025 LI 001: Monthly Maintenance The contractor shall provide monthly preventative maintenance on all emergency generators listed in Technical Exhibit (TE) 3 as per PWS 3.1-3.4., 1, Job; LI 002: Annual Services The contractor shall provide monthly preventative maintenance on all emergency generators listed in Technical Exhibit (TE) 3 as per PWS 3.1-3.4., 1, Job; LI 003: Minor Emergency Services The contractor shall be prepared to carry out minor repairs necessary to ensure the generators remain fully mission capable. Contractor shall follow the steps outlined in PWS 3.3 for repairs., 4, Job; LI 004: Major Emergency Services The contractor shall be prepared to carry out major repairs necessary to ensure the generators remain fully mission capable. Contractor shall follow the steps outlined in PWS 3.3 for repairs., 4, Job; Option 2 Period of Performance: 06/01/2025 - 05/31/2026 LI 001: Monthly Maintenance The contractor shall provide monthly preventative maintenance on all emergency generators listed in Technical Exhibit (TE) 3 as per PWS 3.1-3.4., 1, Job; LI 002: Annual Services The contractor shall provide monthly preventative maintenance on all emergency generators listed in Technical Exhibit (TE) 3 as per PWS 3.1-3.4., 1, Job; LI 003: Minor Emergency Services The contractor shall be prepared to carry out minor repairs necessary to ensure the generators remain fully mission capable. Contractor shall follow the steps outlined in PWS 3.3 for repairs., 4, Jobs; LI 004: Major Emergency Services The contractor shall be prepared to carry out major repairs necessary to ensure the generators remain fully mission capable. Contractor shall follow the steps outlined in PWS 3.3 for repairs., 4, Jobs; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Joint Base Lewis McChord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. Quotes MUST be valid for 60 days after Request for Quote/solicitation’s closing date. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. Questions concerning this solicitation must be submitted at least 3 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. The Government shall evaluate quotes by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the Government with its needs, as identified in the Request for Quote. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the Government. The Government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government is not requesting or accepting alternate proposal. The following shall be used in comparative evaluation: Schedule, Certificates and Experience, Past Performance, and Price. Offerors shall provide the following information: 1. Schedule - The offeror shall provide a one-year services schedule to meet the generator maintenance requirements outlined in the Performance Work Statement. Within the plan the offeror shall state whether they plan to follow the same service schedule for the follow-on option years. 2. Certificates and Experience - The offeror shall provide a summary of the certificates and experience of their employees. At minimum, technicians working on the generators shall have current Washington State certification in Electrical Generator System Technician from the Electrical Generator System Association, be familiar with WAC 173-400-930 and National Fire Protection Association Handbook (NFPA) and hold a Generator Journeyman position for at least 4 years. 3. Past Performance - The offeror shall provide a summary of previous similar work completed or ongoing. 4. Acknowledgement of Amendments - Offerors shall acknowledge offers by uploading a document with the following information: a. Name and Date of each amendment b. Statement saying that they acknowledge amendment c. Signature and Date of signature d. If there are no amendments, offerors submit a statement stating that acknowledge there are no amendments. The applicable NAICS code for this procurement is (811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with the related size standard of $11,000,000. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.” The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace. The following clauses shall be incorporated in the award. 52.204-25, 52.212-4, 52.222-41, 52.232-39, 52.232-40, 52.233-4, 252.203-7000, 252.204-7018, 252.211-7003, 252.211-7008, 252.233-7999, 252.225-7048, 252.232-7003, 252.232-7010, 252.239-7018, 252.243-9001. 52.217-9 Option to Extend the Term of the Contract 52.217-8 Option to Extend Service 252.232-7006 Wide Area Workflow Payment
Data sourced from SAM.gov.
View Official Posting »