Fire and Security Alarm Monitoring of Joshua Tree

expired opportunity(Expired)
From: Federal Government(Federal)
140P8122Q0076

Basic Details

started - 28 Jul, 2022 (21 months ago)

Start Date

28 Jul, 2022 (21 months ago)
due - 11 Aug, 2022 (20 months ago)

Due Date

11 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
140P8122Q0076

Identifier

140P8122Q0076
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64231)NATIONAL PARK SERVICE (17840)PWR LAME(81000) (638)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

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.

Streamlined Solicitation for Commercial Items (FAR 12.603)Combined Synopsis/Solicitation: Fire and Security Alarm Monitoring of Joshua Tree National Park, CAThis 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.Solicitation no. 140P8122Q0076 is issued as a Request For Quotation for a firm-fixed-price commercial services contract for Fire and Security Alarm Monitoring of Joshua Tree National Park, California for a monthly service fee. The scope of work will be completed in accordance with the attached Statement of Work, dated 07/15/2022. List of attachments: 1) Statement of Work, dated 07/15/2022, 2) Price Schedule, dated 07/15/2022, 3) SCA Wage Determination (San Bernadino, CA, 03-15-22). The performance period is one year
from the date of award. The performance period includes a one-year Base and 4 one-year options. The delivery location and place of acceptance is 74485 National Park Drive, Twentynine Palms, CA, 92277, F.O.B. Destination.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 dated 05/26/2022. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Demonstrated Prior Experience, Technical Capability, Price. Offerors are required to follow the Quote Preparation and Submission Instructions. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition including the following the clauses: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) ( 15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (SEP 2021) ( 15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUN 2003) (E.O.11755); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) ( 29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (NOV 2021) ( 22 U.S.C. chapter 78 and E.O. 13627); 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513); 52.223-20, Aerosols (JUN 2016) (E.O. 13693); 52.225-1, Buy American-Supplies (NOV 2021) ( 41 U.S.C. chapter 83); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) ( 31 U.S.C. 3332); 52.239-1, Privacy or Security Safeguards (AUG 1996) ( 5 U.S.C. 552a); 52.222-41, Service Contract Labor Standards (AUG 2018) ( 41 U.S.C. chapter67); 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67) {See Table Below}:Employee Class - Monetary Wage-Fringe BenefitsTelecommunications Worker, WG-08 - $25.67 with benefitsSecurity Administration, GS-08 - $27.30 with benefits52.217-9, Option to Extend the Term of the Contract.As prescribed in 17.208(g), insert a clause substantially the same as the following:Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 14 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 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 5 years. (End of clause)The clause at 1452.228-7, Insurance - Liability to Third Persons, applies to this acquisition. The clause at 1452.201-70 Authorities of delegations, Electronic Invoicing & Payment Requirement - Invoice Processing Platform (IPP) APR 2013, applies to this acquisition.This requirement is set-aside for SMALL BUSINESS. The NAICS code is 561621, Security Systems Services (except Locksmiths), and the small business size standard is $22M.Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Offer is due by 4:00pm PST on August 10, 2022 to the Contract Specialist, David Clark at david_clark@nps.gov. For information regarding this solicitation, contact David Clark at 602-989-9775. (Contractor shall remit completed copy of the price schedule including the unit rate breakdown to assist the Government determining price fair and reasonableness, rates, profit, and hours, etc. or other than cost and pricing information)QUOTE PREPARATION AND SUBMISSION INSTRUCTIONSBasis for AwardThe Government intends to award a contract to the responsible Quoter whose quote represents the best value to the Government. The basis for award will be best value to the Government, considering all evaluation factors.This is a "best value" procurement. The Government will make an award to the responsible Quoter(s), whose quote is most advantageous to the Government, price and other factors considered. Accordingly, the Government may or may not award to the lowest price Quoter(s). The government reserves the right to make award to a higher priced Quoter(s) to achieve a superior solution in meeting the requirements of the SOW.This solicitation is issued as a Request for Quote (RFQ). The Government intends to evaluate quotes and make award without discussions. Evaluations will be based solely on the materials included in the quote. Therefore, the Quoter's initial Quote should contain the Quoter's best terms. After receipt of quotes, the Government will conduct an evaluation. However, during the evaluation process, the Government may, solely at its discretion, communicate with a Quoter for clarification purposes. At any time prior to selection, including upon receipt of quotes, the Government may exclude a quote from further consideration for any material failure to follow instructions.Although the Government intends to evaluate quotes and make award without discussions, the Government reserves the right to hold discussions. After the close of discussions, the Government will establish a common cut-off date for submission of quote revisions.Factor One (1) Demonstrated Prior ExperienceFactor Two (2) Technical ExperienceFactor Three (3) PriceFactor 1: Demonstrated Prior ExperienceThe Quoter shall submit a written submission, totaling no more than six pages, (3) pages front and back included, detailing their EXPERIENCE by addressing each of the three topics below. The Quoter shall demonstrate in the submission that it has experience providing supplies, material and equipment (including fire, intrusion, and hold up alarm systems) supporting the scope identified in the Statement of Work (SOW).The Demonstrated Prior Experience submission shall focus on:1. Direct participation in comparable projects, including, but not limited to, satisfactory completion of at least one Determination of Eligibility of a similar or broader scope.2. List of equipment and personnel experience related to fire, intrusion, and hold up alarm systems services.The evaluation of this factor is based on the demonstrated prior experience presented by the Quoter, and how well it aligns with the requirements in the SOW. Quoters may provide/reference up to three (3) recent examples of demonstrated prior experience in their submission. Quoters are encouraged to submit experience performed as a prime, through teaming agreements, or as the sole sub-contractor on the relevant projects. More weight may be given to experience serving as the prime contractor, depending on the circumstances.Each demonstrated prior experience shall include a reference from that customer (name, phone number, and email), as well as the contract or requisition number, dollar value, and time to completion. Each experience shall have been completed at least twelve (12) months prior to the release date of this solicitation.The Government may conduct reference checks with these individuals on the Quoter's submitted experience. Please ensure the information is accurate. The Government may also utilize other databases, such as CPARS, to aid in these reference checks.Factor 2: Technical CapabilityTechnical merits of the offeror's proposed approach for providing the service. Project narratives that demonstrate a thorough understanding of the contractual and regulatory requirements and include reasonable strategies to accomplish the work within the performance period will be more favorably rated.Factor 3: PriceThe Government will establish a "total evaluated price" based on a completed Price Schedule. Price volumes failing to meet or comply with price quote instructions may be deemed noncompliant. Quoters must use Attachment 2 - Price Schedule. The price shall include all necessary supervision, management, labor, transportation, equipment, materials, any other direct incidentals costs, overhead and profit, unless the cost is expressly identified as a separately priced line item.EVALUATION PROCESSEvaluation Factors and MethodologyAll quotes shall be evaluated by the Government in accordance with the factors and criteria established above. The evaluation factors will measure the Government's confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the contract. The technical evaluation criteria to be evaluated consists of: Demonstrated Prior Experience and Key Personnel Qualifications. The technical evaluation factors are all critical and are listed in descending order of importance.Factor One (1) Demonstrated Prior ExperienceFactor Two (2) Technical CapabilityThe Government anticipates selecting the best-suited quoter from initial responses, without engaging in exchanges with quoters. Quoters are strongly encouraged to submit their best demonstrated prior experience, and price in response to this RFQ.Once the Government determines the quoter that is the best-suited (i.e., the apparent successful quoter), the Government reserves the right to communicate with only that quoter to address any remaining issues, if necessary, and finalize a task order with that quoter. These issues may include technical and price. If the parties cannot successfully address any remaining issues, as determined pertinent at the sole discretion of the Government, the Government reserves the right to communicate with the next best-suited quoter based on the original analysis and address any remaining issues. Once the Government has begun communications with the next best-suited quoter, no further communications with the previous quoter will be entertained until after the task order has been awarded. This process shall continue until an agreement is successfully reached and a task order is awarded.Rating ScalesRating Scale for Technical Factors 1-2The Government will assess the level of confidence that the offering contractor will successfully perform all requirements regarding the Demonstrated Prior Experience and Technical Capability.The following table shows the ratings that will be used:Rating - DescriptionHigh Confidence - The Government has high confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the contract with little or no Government intervention.Some Confidence - The Government has some confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the contract with some Government intervention.Low Confidence - The Government has low confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the contract even with Government intervention.

601 NEVADA WAY  BOULDER CITY , NV 89005  USALocation

Place Of Performance : 601 NEVADA WAY BOULDER CITY , NV 89005 USA

Country : United StatesState : Nevada

You may also like

Security Alarm Monitoring Risk Management

Due: 25 Jan, 2025 (in 9 months)Agency: Peak Alarm

Please Sign In to see more like these.

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

Classification

naicsCode 561621Security Systems Services (except Locksmiths)
pscCode H363Inspection and Laboratory Services (except medical/dental): Alarm, Signal, and Security Detection Systems