Kitchen Ansul Suppression System Installation
FCC Florence Install Kitchen Ansul Systems Synopsis and Solicitation: The Federal Bureau of Prisons, FCC Florence, intends to issue a single-award, Firm-Fixed Price, purchase order for the ACQUISITION... FCC Florence Install Kitchen Ansul Systems Synopsis and Solicitation: The Federal Bureau of Prisons, FCC Florence, intends to issue a single-award, Firm-Fixed Price, purchase order for the ACQUISITION and SERVICE INSTALLATION of a New UL300 Compliant Kitchen Ansul Suppression System, in accordance with NFPA 17A, 96, 72, 25 standards/codes. **Please see the attached Statement of Work, Drawings, SF-1449 Solicitation, COVID-19 Screening Tool, NCIC Form, and Solicitation Description for the complete Government Requirement.** Set-Aside: This acquisition has been Set-Aside 100% for SMALL BUSINESS ONLY. All offerors shall have an “Active” status and registered in the System for Award Management, SAM.gov, prior to the closing of this solicitation. Source Selection Process: The Source Selection process for award shall be Lowest Price Technically Acceptable, (LPTA), and the evaluation criteria shall be “Meets or Exceeds” to the supplied specifications. This acquisition is NOT a multiple-award, meaning all offerors must provide each line item, including installation. Individual line item awards will not be considered. Offeror must be able to provide the necessary hardware, components, parts AND ability to ensure proper installation and interface with the existing fire suppression system. All offers shall fully MEET or EXCEED the Government requirement, and determination of acceptable offers will be made by the Requiring Activity and Government Subject Matter Experts. Utilizing LPTA source selection process, the Government will compare contractor offers to specifications of the Government Requirement. The supplied Statement of Work shall identify the specific requirement for a new UL300 Compliant Kitchen Ansul Suppression System, and the coordinating installation and system interface. **All offers/quotes shall include any applicable shipping, handling, factory authorized start-up, freight charges, labor, engineering/design, and travel expenses to FCC Florence at the address listed in the solicitation. Partial or incomplete offers may be removed from the competitive range. Offerors shall use the supplied Request for Quote form that is attached in this solicitation. In addition, offeors may supply an itemized formal quote. All terms, conditions, and provisions included in the solicitation will be applicable to the purchase order. The SF-1449 quote shall be signed by the offeror at the time of submission. FAR 52.212-1, Instructions to Offerors, and FAR 52.212-3, Offeror Representations and Certifications shall be applicable to this solicitation. Solicitations, or quotes do not constitute an award. This solicitation may be amended or canceled at any time for the convenience of the Government. This solicitation is subject to FAR 52.232-18, Availability of Funds. Please see the attached SF-1449 Solicitation for a complete listing of applicable terms conditions, provisions and clauses which shall be incorporated into an award. Brand Name or Equal: This solicitation is NOT set-aside for any brand name make or model. ANY manufacturer make/model which fully Meets or Exceeds the specifications provided by the Government may be considered. However, ALL submissions SHALL include a manufacture’s specification/cut sheet for evaluation by the Government Subject Matter Expert at the time of offer. Determination of acceptable submissions/equivalency to the specifications shall be determined by the Government, in accordance with FAR 52.211-6, Brand Name or Equal. **Any offeror who fails to provide a manufacturer’s specification sheet and quote for all line items (inclusive of all associated costs) at the time of submission, may be eliminated from the competitive range and deemed, “Unresponsive”.** Communications and Submissions: Offerors shall utilize electronic mail (email) for submission of quotes. Interested parties are responsible for monitoring this site to ensure you have the most up to date information about this acquisition. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation and associated attachments. ALL QUESTIONS regarding the requirement, Statement of Work, specifications, or solicitation MUST be submitted to the Contracting Officer, IN WRITING, by June 15, 2020, 4:00PM MST. The Government shall evaluate all questions, and provide an official response IN WRITING and POST official responses to Beta.SAM.Gov, before the closing of the solicitation. Interested parties are responsible to monitor this site for changes, amendments, and updates to the solicitation. Site Visit: FCC Florence is offering an OPTIONAL SITE VISIT, to be hosted at: LOCATION: Federal Correctional Complex, Florence Colorado FPC Florence, Camp Visiting Room 5880 State Highway 67 S. Florence, CO 81226 The Optional Site Visit will entail: Opening /Briefing of the requirement and procedures (Approx. 20 Minutes) FPC Florence Walk-Through, (Approx. 20 Minutes) FCI Florence Walk-Through, (Approx. 30 Minutes) USP Florence Walk-Through, (Approx. 30 Minutes) ADX Florence Walk- Through, (Approx. 30 Minutes) Site Visit Conclusion (Approx. 5 Minutes) Adjourn Please allow for approximately 2-3 hours to complete the entire Site Visit. Be advised that any contractor/visitor who enters the secured facility for a “Walk-Through” must remain with the group until the conclusion of that facility “Walk-Through”. Each Contractor/visitor MUST have FBOP Staff escort while inside the secured facility. Contractors/visitors are not required to attend the entire Site Visit, but must enter and exit each secured facility together. SITE VISIT DATE and TIME: June 11, 2020, 9:00AM MST NATIONAL CRIME INFORMATION CENTER (NCIC): ALL contractors/visitor requesting entrance for the Site-Visit SHALL provide a COMPLETED NCIC form by June 9, 2020, 2:00PM, MST. Each individual contractor/visitor requesting entrance MUST complete the NCIC form, and be granted approval by the Government prior to entrance at FCC Florence Complex. ANY contractor/visitor who fails to provide a completed NCIC Form prior to the deadline SHALL NOT be granted access to FCC Florence. Late submissions of NCIC Forms will not be accepted. ALL NCIC Forms SHALL be submitted via email to: Susan Howard, Facilities Assistant S6howard@bop.gov 719-784-5233 **Ms. Howard is the Point of Contract for the NCIC Forms ONLY. Ms. Howard WILL ONLY field questions related to the NCIC Form or NCIC Process.** EACH CONTRACTOR/VISITOR SHALL BE RESPONSIBLE FOR CONFIRMING NCIC CLEARANCE PRIOR TO ATTEMPTING ENTRACE AT FCC FLORENCE. COVID-19 RESPONSE: Due to COVID-19 response and reduction initiatives, FCC Florence requires ALL CONTRACTORS/VISTORS SHALL complete the attached “Visitor/Volunteer/Contractor COVID-19 Screening Tool”, prior to visiting FCC Florence. Each individual contractor/visitor MUST complete and sign this form and bring it to FCC Florence the day of the Site Visit. ALL Contractors and Visitors MUST wear a mask (face covering) at all times during the Site Visit. Contractors/visitors are required to provide their own face coverings. Masks will not be made available. **FCC Florence SHALL conduct a temperature check using a touchless forehead thermometer for all person(s) attempting to enter the Complex, regardless of circumstance or response to the Screening Tool.** Any person(s) whom answers “yes” to any of the questions on the Screening Tool OR who’s temperature exceeds 100.4 degree F, OR who are showing visible and obvious symptoms of illness may be denied access to the Complex, at the sole discretion of the Government. Any person(s) who refuses to comply with the mandatory temperature check and screening Tool questionnaire may be denied access to the Complex. **All offerors should take the COVID-19 Response procedures into account when preparing the offer. FCC Florence shall continue to perform all COVID-19 Response procedures for entrance and performance until otherwise directed by the US Department of Justice. In addition, the COVID-19 Response is a fluid situation and additional requirements or changes may be instituted during the period of performance, and at the sole discretion of the Government.** SECURITY PROCEDURES: All visitors/contractors are subject to security procedures, (which may include personal and vehicle searches) when on- grounds. All contractors/visitors entering the Complex SHALL NOT be in possession of any weapons, firearms, ammunition, explosives, drugs, alcohol, or live animals in their vehicle(s) or on their person(s) when entering the Complex. In addition, contractors/visitors SHALL NOT carry any cellular telephones or recording devices (such as electronics capable of recording audio/video/images) into the secured institutions. All cell phones MUST be secured inside the contractor/visitor locked vehicle while on-grounds. **All contractors/visitors SHALL have a valid Government issued identification prior to entering the Complex.** All contractors/visitors SHALL be subject to Front Lobby Entrance procedures, which may include metal detection, X-ray scanning of property and/or Ion Spectrometer analysis for prohibited items/contraband. Any contractor/visitor who refuses these Front Lobby Entrance procedures will be denied access to the secured facility. **During the Site Visit, nothing stated, implied, suggested, or discovered shall impact the solicitation.** Any change to the solicitation shall come in the form of official AMENDMENT to the solicitation by the Contracting Officer only. Any questions, issues, concerns, or clarification requested during the Site Visit MUST be submitted IN WRITING to the Contracting Officer by June 15, 2020, 4:00PM MST. Deadline Summaries: NCIC Form for Site Visit: 06/09/2020, 2:00PM MST Optional Site Visit: 06/11/2020, 9:00AM MST Submission of Written Questions: 06/15/2020, 4:00PM MST Closing of Solicitation: 06/17/2020, 4:00PM MST **Please see the attached Statement of Work, Drawings, SF-1449 Solicitation, COVID-19 Screening Tool, NCIC Form, and Solicitation description for the complete Government requirement.**
Data sourced from SAM.gov.
View Official Posting »