U.S. Coast Guard Island Security System Maintenance Service
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (A) The solicitation number is 70Z03119QLJE016 and is issued as a Request for Quotation (RFQ). (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. SCA Wage Determination WD 15-5623 01/01/2019 is applicable and is attached. (C) This acquisition is issued as a 100% set-aside for small business. The associated NAICS code is 561621 -- Security Systems Services (except Locksmiths), and the size standard is $20.5 Million. (D) This is a non-personnel services contract to identify, perform, and document life cycle sustainment, to include preventive and corrective maintenance on U.S. Coast Guard security systems located on USCG Island, Alameda CA, 94501. The security systems consist of - Intrusion Detection Systems (IDS), Access Control Systems (ACS), and Closed Circuit Television systems (CCTV). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Please review the required the attached Statement of Work, dated, 05 May 2019. A site visit is recommended but not required. QTY: 1 Job Period of Performance: The period of performance is for a base 12 months from the date of award with, four (4) one year option periods for a total of five years. (E) Description/Statement of Work/Specification (SEE ATTACHED FOR SOW) (F) Date(s) and place(s) of delivery and acceptance. FOB: Destination (G) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Addendum to FAR Povision52.212-1 - the following paragraphs are modified or added to the provision: (b) Submission of Offers. - Modified Submit signed and dated offers to the office specified in this solicitation on or before the exact date and time specified in this solicitation. Offers may be submitted on company letterhead stationery. As a minimum, offers must show- (1) The solicitation number; (2) The date and time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items/services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Please keep it under 5 pages long, but be detailed about what you are proposing. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount payment terms; (7) "Remit to" address, if different than mailing address; (8) Completed representations and certifications per FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall either complete electronically on sam.gov or send a completed copy with the quotation); (9) Acknowledgment of all Solicitation Amendments, if applicable; (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (12) Complete and return the section as highlighted (on Pgs 12, 32 and 33) of the "DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION (48 CFR Chapter 30) AND FAR CLAUSES". In addition responses shall include the following: 1. Technical Submission: Quotes should not be voluminous, but shall provide sufficient information to allow U.S. Coast Guard Technical Representatives to evaluate the quoter's ability to perform provide preventative and corrective maintenance for the outlined security systems. Technical quotes should include individual proposed quarterly preventative maintenance schedules for the following security systems; Intrusion Detection Systems (IDS), Access Control Systems (ACS), and Closed Circuit Television systems (CCTV). Please limit submittals to 30 electronic pages, including graphics. Any pages in excess of this limit shall not be considered. Quotes shall be signed by an officer of the firm with the authority to commit the firm under their schedule contract. 2. Price Submission: A complete price quote is required, to include supporting documentation, which shall include a detailed breakdown showing fully burdened hourly labor rates for the following; Preventative Maintenance and Repair Service Calls, estimated parts and miscellaneous costs needed to meet the scope of this requirement. **Quoters shall propose their best pricing upfront, as the US Coast Guard intends to award based on initial quotes. (c) Period for Acceptance of Offers. - Modified The offeror agrees to hold prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. (k) System for Award Management. - Modified Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (H) Evaluation: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value considering the Evaluation Factors identified within this document. Evaluation Factors and Relative Importance: Quotes will be evaluated as set forth in this Request for Quote (RFQ). All responsive quotes shall be evaluated and ranked against the following factors for this Order award: Factor 1: Technical Acceptability: 1. Subfactor #1 - Ability of Offeror to Meet Required Technical Requirments - In order to receive a rating of "acceptable" for this subfactor, quote must at a minimum, demonstrate the Offerors understanding of the preventative and corrective maintenance requirements of the technical systems outlined in this requirment; to include Intrusion Detection Systems (IDS), Access Control Systems (ACS), and Closed Circuit Television systems (CCTV). Factor 2: Past Performance: 1. Subfactor #1 - Recency and relevancy of present/past performance in relation to this effort - In order to receive a rating of "acceptable" for this subfactor, quoter must, at a minimum provide past experience on similar type contract(s). The past experience should indicate successes of the contractor in completing /meeting service dates and customer satisfaction. The Government considers "recent" present/past performance to be within the past 3 years. The Government considers "relevant" present/past performance to be present/past performance effort involved in similar scope and magnitude of effort and complexities this solicitation requires. The Government may also use past performance information obtained from other than the sources identified by the quoter. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. NOTE: In accordance with FAR 15.305 (a)(2)(iv)), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined to have unknown past performance. In the context of acceptability/unaccepatability, "unknown" will be considered "acceptable." Factor 3: Price All factors other than price, when combined, are considered significantly more important than price. Factors 1&2 are equal in importance. The Government intends to select one contractor for this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the proposals and prices submitted and the availability of funds. Rejection of Unreasonable Offers: The Government may reject any quotation that is evaluated to be unreasonable in terms of program commitments, including contract terms and conditions, or unreasonably high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. (I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014), with their offer. Offerors may complete FAR 52.212-3 online at SAM: www.sam.gov . An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. (J) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014), is incorporated by reference and applies to this acquisition. Addendum to FAR Clause 52.212-4 - the following paragraphs are modified or added to the clause: N/A (K) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2014) is incorporated and applies to this acquisition. The following FAR clauses cited in Clause 52.212-5 are applicable to the acquisition: SEE ATTACHED FOR APPLICABLE CLAUSES (L) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A. (M) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. (N) Date, time and place offers are due. Offers are due by Friday June 7, 2019 at 4 pm Pacific Time Submit offers to the following mailing address, e-mail address, or fax number by the offer due date and time: U.S. Department of Homeland Security United States Coast Guard Base Alameda Coast Guard Island, Bldg. 42 Alameda, CA 94501-5100 Attn: Contracting Office Via e-mail to Samantha.C.Watts@uscg.mil (O) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at Samantha.C.Watts@uscg.mil no later than Friday May 31, 2019 at 4 pm Pacific Time
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »