Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9127Q21R0022
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional informat...
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-21-R-0022 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2021-05 Effective 10 March 2021 and the Defense Federal Acquisition Regulations (DFARS) updated 24 February 2021. This requirement is being set-aside for Small Business and only qualified offerors may submit quotes. The North American Industrial Classification System Code (NAICS) is 561621 with a standard size of $22m. The Government contemplates an award of a Firm Fixed Price purchase order for one base year with four options for physical security monitoring: CLIN 0001- Physical Security Service (Base Year) – QTY 12 months Estimated POP: 1 May 2021- 30 April 2022 CLIN 0002- Physical Security Service (Option Year 1) – QTY 12 months Estimated POP: 1 May 2022- 30 April 2023 CLIN 0003- Physical Security Service (Option Year 2) – QTY 12 months Estimated POP: 1 May 2023- 30 April 2024 CLIN 0004- Physical Security Service (Option Year 3) – QTY 12 months Estimated POP: 1 May 2024- 30 April 2025 CLIN 0005- Physical Security Service (Option Year 4)– QTY 12 months Estimated POP: 1 May 2025- 30 April 2026 PERIOD OF PERFORMANCE:The Period of Performance (POP) shall be one Base Year of 12 months and four (4) 12-month option periods. The Base Year shall start on or about May 1, 2021 and run until on or about April 30, 2022 BASIS OF AWARD: Award will be made on the basis of lowest priced offer and satisfies all the minimum requirements in the salient characteristics. Detailed description of minimum requirements and unit are included in the scope of work. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. POP start date will be either 1 May 2021 or date of the award. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. Delivery Location: 154th RTI Campus Camp Shelby Joint Forces Training Center Camp Shelby, MS All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.22-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Proposals are due no later than 3:00 p.m., CST, Tuesday, 27 April 2021. Submit quotes via email to Angela Ellis, angela.d.ellis12.mil@mail.mil or mail to: USPFO-MS-PC, Attn: Angela Ellis, 144 Military Drive, Flowood, MS 39232-8861. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Angela Ellis, angela.d.ellis12.mil@mail.mil. Requests for a copy of the solicitation will not receive a response.