R--Intrusion Protection System Safe Installation

expired opportunity(Expired)
From: Federal Government(Federal)
0011193874-01COMBINE

Basic Details

started - 26 Sep, 2018 (about 5 years ago)

Start Date

26 Sep, 2018 (about 5 years ago)
due - 11 Sep, 2018 (about 5 years ago)

Due Date

11 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
0011193874-01COMBINE

Identifier

0011193874-01COMBINE
Department of the Army

Customer / Agency

Department of the Army
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CANCELLATION NOTICE: 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 0011193874-01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-99 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-11 16:00:00.0 Eastern Time or as otherwise displayed at
href="http://www.FedBid.com" target="_blank">www.FedBid.com. FOB Destination shall be in the Statement of Work.The MICC Fort Bragg requires the following items, Meet or Exceed, to the following:LI 001: Building M-1411A -Furnish TGB Bus Bar Set -Ensure Dedicated Power Supply - Install one (1) user drop box -1 S&G Lock - Furnish And Install 25 FT. Raceway From Safe To User Drop. - Furnish And Install 19in Rail Rack Kit For Safe - Furnish And Install Power Strip For Safe. (20 Amp-120 Volts). - Furnish And Install Epoxy All Raceway In Sipr Room. - Furnish And Install TGB To Include Bus Bar Set And Grounding -Terminated All Cable In Safe And User Drop. -Labeling All Cables In Safe And User Drop. -Testing All Cables In Sipr Room. -NEC Will Inspect All Work Being Done. -Furnish and Install Ground Connection From TGB To Ground Lug, 1, EA;LI 002: Building M-1411B - Furnish And Install TGB Bus Bar Set - Furnish And Install Ground SAP -Ensure Dedicated Power Supply - Furnish And Install 1 User Drop Box - Furnish And Install 1 S&G Lock - Furnish And Install 50 Ft. Of PDS - Furnish And Install 19in Rail Rack Kit For Safe. - Furnish And Install Power Strip In Safe.( 20 Amp-120 Volts) - Furnish And Install Epoxy PDS -Testing All Cables In Safe And Drop Box. -NEC Will Inspect All Work Being Done. - Furnish and Install Ground Connection From TGB To Ground Lug, 1, EA;LI 003: Building M-1415 -Dedicated Power Supply - Furnish And Install TGB Bus Bar Set - Furnish And Install 2 User Drop Box - Furnish And Install 2 S&G Lock - Furnish And Install 35 Feet Of Raceway. - Furnish And Install 19inc Rail Rack Kit For Safe. - Furnish And Install Power Strip. (20 Amp- 120 Volts). - Furnish And Install Epoxy All PDS In Sipr Room. -Terminating All Cables In Safe And User Drop -Labeling Cable In Safe And User Drop. -Testing All Cables In Safe In Sipr Room. -NEC Will Inspect All Work Being Done. -Provide 1x S&G Lock -Furnish and Install Ground Connection From TGB To Ground Lug, 1, EA;LI 004: Building M-1418 - Dedicated Power Supply - Relocate Safe To Designated Location -Furnish TGB Bus Bar Set - Furnish And Install 1 User Drop Box - Furnish And Install 30 FT Of PDS To Connect SAP To User Drop - Furnish And Install 19in Rail Rack Kit For Safe. - Furnish And Install Power Strip For Safe (20 Amp-120 Volts). - Furnish And Install Epoxy System In Sipr Room. - Terminate All Cable In Safe And Sipr Room. -Label All Cables In Safe And User Drop. -Test All Cables In Safe. -NEC Will Inspect All Work Being Done. -Re-Locate NIPR Line To Allow For Adequate Separation -Furnish and Install Ground Connection From TGB To Ground Lug, 1, EA;LI 005: Building 1422-A -Dedicated Power Supply - Furnish And Install TGB Bus Bar Set - Furnish And Install 1 User Drop Box - Furnish And Install 1 S&G Lock - 4 Cables From Safe To User Drop - Furnish And Install 50 FT Of PDS From Safe To User Drop. PDS Will Be Added To Safe SAP Box To User Drop Box. - Furnish And Install 19inc Rail Rack Kit For Safe. - Furnish And Install Power Strip For Safe (20 Amp- 120 Volts). - Furnish And Install Epoxy All Raceway In Sipr Room. - Terminate All Cables In Safe And Sipr Room. -Testing All Cables In Safe. -Labeling All Cable In Sipr Room. -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 006: Building 1422-B (1-17 CAV) - Dedicated Power Supply - Furnish And Install TGB Bus Bar Set - Furnish And Install 2 User Drop Box - Furnish And Install 2 S&G Locks - Furnish And Install 110 Foot Of Raceway From Safe To User Drop - Furnish And Install 19in Rail Rack Kit For Safe - Furnish And Install Power Strip For Safe. (20amp-120 Volts) - Furnish And Install Epoxy For PDS -Testing All Cables In The Safe. -Labeling All Cable In Safe And User Drop - Terminate All Cable From Safe To User Drop -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 007: Building A-2469 -Dedicated Power Supply - Furnish And Install TGB Bus Bar Set -Re-Locate Rack And Tray In Existing Room Install. - Container From Safe. (Safe Was Provided By Military). -Moving Existing Cables To Safe And Mounting Patch Panel. - Furnish And Install Power Strip (20 Amp-120 Volts) - Furnish And Install 19inc Rail Rack Kit For Safe - Furnish And Install Epoxy All PDS That Is Connected. -Labeling All Cables. - Furnish And Install 2 User Drop Boxes - Furnish And Install 2 S&G Locks -Furnish Sap Interface Box and Ground -Relocate Cabinets To Designated Areas - Furnish And Install 40ft PDS -Retermination Of Cables. -Test All Cable New And Existing. -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 008: Building A-2743 -Furnish Sap Interface And Ground - Furnish And Install 1 User Drop Box -Dedicated Power Supply - Furnish And Install TGB Bus Bar Set -Re-Locate Existing Tray And Rack In Room. -Re-Locate Safe To Designated Area - Furnish And Install SAP To Safe (Safe Has Been Provided By Military). - Furnish And Install 1 Udb - Furnish And Install 2x S&G Locks - Furnish And Install 50 Ft. PDS - Furnish And Install PDS System From Throw Wall To Ips Container. - Furnish And Install 19in Rail Rack Kit -4 Cables Inside Room In PDS. -Installing Power Supply In Safe. -Re-Terminating Cables. -Testing, And Labeling Cables. - Furnish And Install Epoxy System According To FBNEC -Install Ground Connection From TGB To Ground Lug, 1, EA;LI 009: Building A-2943 - Furnish And Install Sap Interface And Ground - Furnish And Install 1 User Drop Box In S2 Secured Room - Furnish And Install 2 User Drop Boxes - Furnish And Install 3 S&G Locks -Re-Locate Existing Tray And Rack. - Furnish And Install SAP Box To Safe (Safe Is Provided By Military). -Reinstall Cables Into Safe And Mount Patch Panel. - Furnish And Install 19 Ft. PDS - Furnish And Install 19inc Rail Rack Kit -Terminated, Label, And Test Cables. - Furnish And Install Epoxy System According To FBNEC. -Install Ground Connection From TGB To Ground Lug, 1, EA;LI 010: Building A-4148 -Re-Locate Existing Tray And Rack In Sipr Room. - Furnish And Install Sap Container To Safe (Safe Is Provided By Military). - Furnish And Install 70 Ft Of PDS - Furnish And Install PDS From Throw Wall To Sap Container. - Furnish And Install 2 User Drop Box. - Furnish And Install 3x S&G Locks -Reinstall Cables In Safe. - Furnish And Install Power Strip To Safe.(20 Amp-120 Volt) - Furnish And Install 19in Rail Rack Kit For Safe -Terminating, Labeling, And Testing All Cables. -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 011: Building A-3669 -Dedicated Power Supply - Furnish And Install TGB Bus Bar Set - Furnish And Install Sap Interface Box And Ground -Re-Locate Existing Tray And Rack. - Furnish And Install Sap Container To Safe (Safe Is Provide By Military). - Furnish And Install 50 Ft PDS - Furnish And Install PDS From Throw Wall To Sap Container. -PDS Will Connect Safe To User Drop Box. - Furnish And Install 19inc Rail Rack Kit -Move All Cables And Install Into Safe With Patch Panel. - Furnish And Install Power Strip To Safe. (20 Amp-120 Volts) - Furnish And Install 2 User Drop Boxes In Sipr Room. -Furnish 2 S&G Locks -Terminating, Label And Test All Cables. - Furnish And Install Epoxy System. -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 012: Building B-1928 - Furnish And Install Sap Interface Box -Relocate Safe To Designated Area -Dedicated Power Supply - Furnish And Install 40ft PDS -Re-Locate Exiting Tray And Rack. - Furnish And Install SAP To Safe (Safe Is Being Providing By Military). -Move All Cables To Safe And Install Patch Panel. -Move Old Sipr Lines And Add To Ips Container. - Furnish And Install 19in Rail Rack Kit In Safe. - Furnish And Install PDS From Throw Wall To Safe. - Furnish And Install PDS From Safe To User Drop. - Furnish And Install Power Strip To Safe (20 Amp-120 Volt). -Add 2 User Drop Box. - Furnish And Install 2 S&G Locks -Re-Terminated All Cables And New Cables Added. -Label And Test All Cables. -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 013: -Dedicated Power Supply - Furnish And Install 1 Sap Box -Rack Re-Location Building C-6426 -Safe Relocation To Designated Area - Furnish And Install 19 Rail Rack Kit - Furnish And Install 2x Udb - Furnish And Install 11 Foot PDS - Furnish And Install Epoxy system -Termination -Labeling -Testing All Existing Cables And New One That Will Be Added. -Adding Raceway To Sipr Cables In Safe Room To Secure Sipr Drops In Designated Area. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 014: Building D-3649 -Dedicated Power Supply - Furnish And Install 19inc Rack Rail Kit For Safe - Furnish And Install 1 User Drop Box - Furnish And Install 1 S&G Lock -Relocate Safe To Designated Area -Reorient Junction Box 90 Degrees -Preserve Excess Cable In PDS, Service Loop -Adding 4 Cables From Safe To User Drop - Furnish And Install Power Strip (20 Amp-120 Volts) - Furnish And Install 2 Foot Of PDS To Connect Safe To User Drop. -Enclosing Riser Cables In PDS. - Furnish And Install Epoxy All New PDS That Are Connected. -Terminate All Cable - Labels Cables On Both Ends, Safe And User Side -Test All Existing And New Cables Adding. -NEC Will Inspect All New System. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 015: Building D-3551 - Dedicated Power Supply -Furnish And Install 19inc Rack Rail Kit For Safe -Furnish Backbone PDS Enclose Wire - Furnish And Install 1 User Drop Box - New Box Enclosure To Mount Off The Wall To Sap Box. -Re-Purpose Hole For Nipr And Use For Sipr Cabling - Furnish And Install 2inc Pipe For Extension To Raise Off The Floor To Connect To New Raceway. - Furnish And Install 2 Ft PDS Adding From Safe To User Drop Box - Furnish And Install Epoxy PDS And Raceway That Is Connecting The System. -Terminating All New And Exciting Cables. -Label All Cables. -Test Existing Cables And New Cables Added - Cables Will Be Used For Drop Unless Will not Reach New Location. -NEC Will Inspect All System Added - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 016: Building C-7639 - Dedicated Power Supply -Furnish And Install 19 Rack Rail Kit For Safe - Furnish And Install Backbone PDS Enclosure Wire Within PDS - Furnish And Install 1 User Drop Box W/6 In Café PDS - Furnish And Install 1 S&G Lock -Re-Purpose Hole For Nipr And Use For Sipr Cabling - Furnish And Install New Enclosure Box To Connect Safe - Furnish And Install Epoxy All New Add PDS. -Terminate All Cables Into Safe And User Drop Box. -Labeling All Cables. -Test All Existing Cables And New Cables That Will Be Added. -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 017: Building C-7837 -Dedicated Power Supply -Adding A New Enclosure To Connect System To The Safe. -Furnish And Install 19inc Rack Rail Kit For Safe. - Furnish And Install Power Strip (20 Amp-120 Volt) - Furnish And Install 1 User Drop Box -Adding 4 Cables From Safe To User Drops. - Furnish And Install 10 Foot Of PDS To Connect Safe To User Drop. - Furnish And Install 1 Pull Box - Furnish And Install 4 S&G Lock -Epoxy All Added System From Safe And User Drop -Terminate All Cables From Safe To User Drop -Label Cables In Safe And User Drop. -Testing All Existing Cables And New Added Cables. -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 018: Building C-6133 - Furnish And Install 19inc Rack Rail Rack For Safe. - Dedicated Power Supply - Furnish And Install 2 Pull Boxes - Connect Existing Pull Box -Enclose Cables Within PDS Service Loop - Furnish And Install Power Strip (20 Amp- 120 Volts). - Furnish And Install 1 User Drop Box. - Furnish And Install 2 New Boxes Enclosures To Connect System To Safe - Furnish And Install Epoxy All PDS. - Furnish And Install 20 Foot Sipr Café To Backbone PDS -Terminate All Cables In Safe And User Drop Box. -Label All Cables In Safe And In Drop Box. -Test All Existing Cables And Cables That Are Added. -NEC Will Inspect All Work Being Done. - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;LI 019: Building P-3807 - Furnish And Install 19in Rail Rack Kit For Safe. - Furnish And Install Epoxy PDS - Furnish And Install Ground SAP -Testing All Cables In Safe And Drop Box. -NEC Will Inspect All Work Being Done. - Furnish And Install TGB Bus Bar Set - Furnish And Install Ground Connection From TGB To Ground Lug, 1, EA;Solicitation and Buy Attachments***Question Submission: Interested offerors 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 www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, MICC Fort Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid 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 Fort Bragg 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 Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.The applicable NAICS code for this procurement is _______ with the related size standard of _______ employees. 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 Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote nonresponsive.Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price.The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far.The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far.The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far.Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM.New equipment ONLY, NO remanufactured or used products. No "GREY" market items.Bid MUST be good for 30 calendar days after submissionShipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.No partial shipments unless otherwise specified at time of orderIn accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reportsâ€�, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under “about WAWFâ€�. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MILSOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far.This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hil.af.mil and/or http://www.acqnet.gov/far.The Government will award a contract resulting from this solicitation to the responsible quoter whose quote 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: Price and Technical Capability: TECHNICAL CAPABILITY: The Government will review the contractor's technical capability submission to ensure: 1) The proposal reflects a sound approach and understanding of this requirement and the contractor has the technical ability to successfully perform the requirement. 2) The quoted property meets all the requirements of the SOW to include the security measures. For purposes of determining that the property has appropriate security for soldiers, the Contracting Officer will review reported incidents of crime at the quoted property and surrounding premises with local police department to ensure the hotel security measures are appropriate to the area and provide a safe environment for Soldiers. The Contracting Officer may search outside websites (https://www.tripadvisor.com/, http://www.bedbugregistry.com/, etc.) to obtain information regarding the quoted property to ensure compliance with the SOW requirements. PRICE: The Government intends to award this procurement based on a determination of a fair and reasonable price.(a) If an item in this solicitation is identified as †̃†̃brand name or equal,â€TMâ€TM the purchase description reflects the characteristics and level of quality that will satisfy the Governmentâ€TMs needs. The salient physical, functional, or performance characteristics that †̃†̃equalâ€TMâ€TM products must meet are specified in the solicitation. (b) To be considered for award, offers of †̃†̃equalâ€TMâ€TM products, including †̃†̃equalâ€TMâ€TM products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate †̃†̃equalâ€TMâ€TM products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an †̃†̃equalâ€TMâ€TM product, the offeror shall provide the brand name product referenced in the solicitation.The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, “Insurance--Work on a Government Installation.â€� Workmenâ€TMs Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND: AMOUNT: Employerâ€TMs Liability Insurance $100,000 Comprehensive General Liability $50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability $200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage $20,000 per occurrence(a) Pursuant to Department of Defense Instruction Number 2000.16, “DoD Antiterrorism (AT) Standards,â€� dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officerâ€TMs Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause)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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of Clause)Addendum to 52.212-1 - Instructions to Offerors: This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror other than a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor. All proposal submitted by an offeror other than a hotel shall provide the following: (1) Valid General Liability Insurance Certificate. (2) Hotel agreement verified, and countersigned by both parties and the authorized agent of the participating hotel , (FOR EX, hotel letterhead). (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable). All Offerors shall submit photographs of the actual quoted property taken within one week of posting the Fedbid Buy.PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2016-O0003)(OCT 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.

See Statement of Work.Location

Place Of Performance : See Statement of Work. - -

Country : United States

You may also like

Installation of the Installation Notification and Warning System (INWS)

Due: 30 Apr, 2024 (in 4 days)Agency: DEPT OF DEFENSE

Z2DA--442-22-002 Remedy FCA issues in HVAC (VA-23-00078289)-442C49091

Due: 03 May, 2024 (in 7 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Installation of Video Surveillance System (VSS) and Upgrade to Intrusion Detection System (IDS)

Due: 16 May, 2024 (in 19 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

Classification

NAISC: GSA CLASS CODE: R
pscCode RElectronic Records Management Services