Purchase of Service Maint. Agreement for Electronic Access Control Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplement with additional information in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ 70Z04419QPCZ445. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This procurement will be processed in accordance with FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 561621. The SBA size standard is $20.5 Million. This is a Total Small Business Set-Aside. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA 23703 intends to purchase on a competitive basis by awarding a Firm Fixed Price Purchase Order Contract to an Authorized Dealer of DSX Inc for the purchase of a: Service Maintenance Agreement(SMA) for Electronic Access Control Equipment at C3CEN Campus Location in Ports. Va. This SMA is to be provided IAW the Attached Statement of Objectives and other associated applicable Documents, for a Base Year Plus 4 One Year Option Periods. This is a Brand Specific Requirement. The Required Brand of Service via Certified Technicians, and Service Parts is DSX, see attached Brand Specific Justification. The Following Documents are attached: Statement of Objectives SOO C3CEN Industrial Security Addendum ISA Brand Specific Justification Document This is a Total Small Business Set-Aside The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous to the Government, price and other factors considered. See Evaluation of Proposals below. Any Contractors that are Certified providers of DSX Components and Certified Providers of DSX Services IAW the attached Statement of Objectives and other Applicable Documents , are encouraged to provide a Firm Fixed Price IRT this Solicitation. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Information by APRIL/25, 2019 @ 7:00 AM EST. FIRM FIXED Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Payment Terms, (5) discount offered for prompt payment, (6) Company DUNS and Cage Code & NAICS Code Number associated w/your Proposal. Email quotes are to be emailed to: James.A.Lassiter@uscg.mil Anticipated Award Date for the PO Contract is, APRIL/29/2019 this date is approximate and not exact. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The USCG/Government reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming Services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the USCG/Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. This is a Total Small Business Set-Aside Email quotes to: James.A.Lassiter@uscg.mil PLEASE CONTACT JAMES LASSITER TO ARANGE A SIT VISIT TO SURVEY THE WORK PRIOR TO SUBMITTING A RESPONSE TO THIS RFQ. EMAIL: JAMES.A.LASSITER@USCG.MIL PH: 757-686-2149 SCHEDULE B Service to provide Service Maint. Agreement IAW attached Statement of Objectives and other Applicable Documents. Line Item 1: Base Yr Period : JUL/15/2019 ---- JUL/14/2020 COST_________________ Line Item 2: Option Period 1: JUL/15/2020 ---- JUL/14/2021 COST________________ Line Item 3: Option Period 2: JUL/15/2021 ---- JUL/14/2022 COST________________ Line Item 4: Option Period 3: JUL/15/2022 ---- JUL/14/2023 COST________________ Line Item 5: Option Period 4: JUL/15/2023 ---- JUL/14/2024 COST________________ Total Cost for Line Items 1-5 _________________________ Email quotes to: James.A.Lassiter@uscg.mil PROVISIONS / CLAUSES • The Following FAR Provisions apply to this Solicitation: • The above/following provisions are incorporated by reference, entire provision(s) available at https://www.acquisition.gov/far FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2018) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). See Evaluation of Proposals below FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Oct 2018) WITH ALTERNATE I, The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. Alternate I (Oct2014). (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. • The Following Clauses apply to this Solicitation and awarded Contract. 52.219-6 Notice of Total Small Business Set-Aside(Nov 2011) OPTIONS: 52.217-5 Evaluation of Options(July 1990) Except when it is determined in accordance with FAR 17.206(b)not to be in the Governments Best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price to the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). End of clause 52.217-9 Option to Extend Term of the Contract(March 2000) (a) The Government may extend the term of this Contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary Notice of its Intent at least 60 days before the Contract Expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this Option, the extended contract shall be considered to include this Option Clause. (c) The total duration of this Contract, including the exercise of any options under this clause, shall not exceed 60 months. End of clause This following clause 52.232-18 applies to Option Periods Only. 52.232-18 Availability of Funds(Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. End of clause The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.204-13 System for Award Management Maintenance. (Oct 2018) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2019) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov • The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded Contract. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). FAR 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3, Protest after Award (Aug. 1996). FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991) NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Provision 52.204-7, System for Award Management (Jul 2013) and FAR Provision 52.204-8, Annual Representations and Certifications (Dec 2014). In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Evaluation of Proposals 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, price and other factors considered. The following factors shall be used to evaluate offers: • Technical Proposal. • Past Performance • Price Technical and Past Performance, when combined, are significantly more important than cost or price. However, if all other factors are equal, price may be the determining factor. The offeror's proposal shall contain a response to each of the areas identified below. Only those proposals prepared in accordance with the solicitation will be evaluated. The evaluation of proposals will be based on three factors·: Technical Proposal/Factor 1 (Most important) • The proposal shall address the contractor's technical proficiency and ability to provide maintenance and repair services for DSX Inc. brand electronic access control equipment & ancillary equipment, including technician certification and years of technical experience working with DSX equipment. • Does the proposal anticipate customer needs not specifically detailed in the statement of objectives? • Does the proposal address the contractor's approach to providing oncall/ on-site technical suppmi, including whether the contractor can meet the customer's required response times? • How will the contractor ensure quality control of work performed? • Does the proposal demonstrate that the offeror has a sound and thorough understanding of the work to be done? Past Performance/Factor 2 (As important as technical proposal) • The proposal must contain the names of government or private corporation clients to whom they have provided the same, or equivalent systems and services, including training and technical support, within the last five years. Price/Factor 3 (Least important) • The proposal shall contain supporting documentation of the price proposed to determine price reasonableness in accordance with FAR Subpart 15. Although price is not the controlling factor in award of a contract under this solicitation, it is an important factor and should not be ignored. To facilitate cost comparisons, the offeror should itemize labor costs. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »