J063--FY21: Video Surveillance Cameras Security System Service New Contract

expired opportunity(Expired)
From: Federal Government(Federal)
36C24821Q0897

Basic Details

started - 26 Jul, 2021 (about 2 years ago)

Start Date

26 Jul, 2021 (about 2 years ago)
due - 09 Aug, 2021 (about 2 years ago)

Due Date

09 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24821Q0897

Identifier

36C24821Q0897
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103406)VETERANS AFFAIRS, DEPARTMENT OF (103406)248-NETWORK CONTRACT OFFICE 8 (36C248) (4782)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))
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.

RFQ #: 36C24821Q0897 PROJECT TITLE: Video Surveillance Cameras Security System Service, MAINTENANCE, REPAIR AND REPLACEMENT for the miami va healthcare network Page 1 of 1 Page 2 of 26 Page 1 of 1 This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) 36C24821Q0897. Submit written quotes in accordance with Addendum to FAR 52.212-1, Instruction to Offerors. Oral quotes will not be accepted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2021-05 / 03-10-2021. North American Industrial Classification Standard (NAICS) 561621,
Security Systems Services (except Locksmiths), with a Size Standard of $22.0M. Miami VA Healthcare Network intends to award a single firm fixed price contract for Video Surveillance Cameras Security System Service. This procurement is a 100% Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside and all eligible quoters are encouraged to submit quotes. To be eligible for award quoter must be Verified in the Vendor Information Pages (VIP) (https://www.vip.vetbiz.gov) and be registered with the System for Award Management (SAM) at the time of the close of the RFQ and at the time of award. Quote shall be valid 90 days from the close of this solicitation. Questions are due No Later Than Friday July 2, 2021 at 4:00 PM ET. Only email questions will be excepted. Email questions to Contracting Officer Scott Frankel at Scott.Frankel@va.gov. Quotes are due no later than Friday July 16, 2021, at 12:00 PM ET. Quotes will only be accepted in Microsoft Word or .pdf format by email to: Contracting Officer Scott Frankel at Scott.Frankel@va.gov. Table of Contents SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRICE/COST SCHEDULE 5 ITEM INFORMATION 5 B.3 Performance Work Statement 6 SECTION C - CONTRACT CLAUSES 16 C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 16 C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 16 C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 16 C.4 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) 17 C.5 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) 19 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 20 SECTION E - SOLICITATION PROVISIONS 21 E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 21 E.2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 23 E.3 52.212-2 EVALUATION OF QUOTES 23 36C24821Q1013 Page 1 of 1 Page 18 of 26 Page 1 of 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: CONTRACTOR: (Company Name) (Address) (City-State-Zip) POINT OF CONTACT: PHONE NUMBER: E-MAIL ADDRESS: DUNS #: TAX ID (TIN) #: FSS #: GOVERNMENT: Scott Frankel, Contracting Officer (E): Scott.Frankel@va.gov Network Contracting Office 8 (NCO 8) Miami Services Team 1201 NW 16th St, Miami, FL 33125 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [[X] 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 3. INVOICES/PAYMENT: Invoices shall be submitted electronically the following month services were performed in accordance with: 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Upon acceptance of services. Payments shall be made in arrears upon receipt of a properly prepared invoice. In order to comply with the Improper Payment Elimination and Recovery Act of 2012 (IPERA), the VA has mandated electronic invoice submission to the Veterans Affairs Financial Services Center (VAFSC). VAFSC has partnered with Tungsten Corporation e-Invoicing network, for submissions of all electronic invoices to VA. Tungsten Network electronic invoicing is free to all VA vendors. In order to submit electronic invoices, all VA vendors must register with Tungsten Network by submitting an email to Tungsten Network VA.Registration@tungsten-network.com or calling 1-877-752-0900 option 2 for Enrollment. VA s Electronic Invoice (e-Invoice) system uses a third-party contractor (Tungsten Network) for submission of electronic invoices. Go to this website to begin submitting electronic invoices, free of charge: http://www.tungsten-network.com/customer-campaigns/veteransaffairs-us/ For assistance setting up e-Invoice, the below information is provided: Tungsten Network e-Invoice Registration: VA.Registration@tungsten-network.com Tungsten Network e-Invoice Setup Information: (877)752-0900 (Option 2 - Enrollment) Tungsten Network Customer Service: (877)489-6135 OB10 Portal to submit electronic invoices: VA.Registration@ob10.com VAFSC for Invoice receipt or payment questions, call: (877)353-9791 or VAFSC Email: vafsccshd@va.gov FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF SUBMISSION FOR PAYMENT REQUESTS ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the solicitation numbered and dated as follows: AMENDMENT NO DATE ___________ __________ ___________ __________ ___________ __________ CONTRACT ADMINISTRATION The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitment or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred thereof. B.2 PRICE/COST SCHEDULE ITEM INFORMATION CLIN Description of Supplies Quantity Unit Unit Price Amount 0001 Base Year: Video Surveillance Cameras Security System Service, Maintenance, Repair and Replacement in accordance with the PWS. 12 MO 1001 Option 1: Video Surveillance Cameras Security System Service, Maintenance, Repair and Replacement in accordance with the PWS. 12 MO 2001 Option 2: Video Surveillance Cameras Security System Service, Maintenance, Repair and Replacement in accordance with the PWS. 12 MO 3001 Option 3: Video Surveillance Cameras Security System Service, Maintenance, Repair and Replacement in accordance with the PWS. 12 MO 4001 Option 4: Video Surveillance Cameras Security System Service, Maintenance, Repair and Replacement in accordance with the PWS. 12 MO Grand Total B.3 Performance Work Statement Video Surveillance System Service Maintenance, Repair and Replacement Introduction. 1.1. The Government requires contract services for repair and maintenance of its video surveillance system to include on-call service and replacement as required. Currently the Miami VA Healthcare Network has the following Video Surveillance System: 1.2. Location Name Address Fixed Cameras PTZ Cameras NVR 1 Miami V.A Medical Center 1201 NW 16th St, Miami, FL 33125 417 22 0 (9 existing NVR s will be replaced) 2 Broward V.A. Clinic 9800 W Commercial Blvd, Sunrise, FL 33351 43 17 2 3 Healthcare for Homeless Veterans 1492 West Flagler Miami, Florida 33135 24 1 1 4 V.A Doral Warehouse 3200 NW 67th Ave. Suite: #695 Miami, Florida 33166 12 1 1 5 Key West VA Outpatient Clinic 1300 Douglas Circle Key West, FL 33040 11 0 1 6 Homestead VA Community Based Outpatient Clinic 950 Krome Ave., Suite 401 Homestead, FL 33030 10 0 1 7 Key Largo Community Based Outpatient Clinic 105662 Overseas Highway Key Largo, FL 33037 12 0 1 8 Department of Veteran Affairs Miramar 2750 SW 145th Avenue Suite: 200 Miramar, Florida 33027 4 1 1 TOTAL 533 42 8 Equipment Description Quantity Fixed PELCO cameras- Sarix Series 533 PAN TILT ZOOM (PTZ) - PELCO Spectra HD Series 42 Digital Video Recorder (DVR)- DSSRV Series (Does not include 9 new units to be replaced at Miami VA Clinic) 8 PELCO Monitors ALL DELL Workstations ALL Network Switches ALL Fiber Optic Converter ALL UPS Battery backup ALL 2.0. Description / Scope / Objective. 2.1. The Contractor must provide all labor, equipment, tools, material, supervision and other items and services necessary to perform the work as defined in this Performance Work Statement. Applicable Documents. 3.1. The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation CHAPTER 493 Florida Statues http://www.flsenate.gov/Laws/Statutes/2012/Chapter493 FDACS Florida Department of Agriculture and Consumer Services Division of Licensing. https://www.fdacs.gov/Business-Services/Private-Security-Licenses CHAPTER 5N-1 Florida Administrative Code - FDACS SCA DOL Website Service Contract Act (SCA) Directory of Occupations https://beta.sam.gov/ VSC Personnel Services Overview https://www.vendorportal.ecms.va.gov/FBODocument 3.2. Glossary. Acronyms used in this PWS are listed below for easy reference: COR Contracting Officer s Representative FAR Federal Acquisition Regulation 4.0. Performance Requirements. 4.1. Requirements/Tasks: 4.1.1. Maintenance: The Contractor shall perform quarterly maintenance and the first maintenance must be performed within the initial award time period. The maintenance includes the following: 4.1.1.1. Inventory and recording of system components 4.1.1.2. Testing power supply for systems video surveillance system 4.1.1.3. Testing cables, especially video surveillance cables, failure determination and elimination. 4.1.1.4. Testing all detectors and operation test of all signal units of each system 4.1.1.5. Preparation of maintenance and functional test records for each video surveillance system. Failures must be listed in detail. 4.1.1.6. Repair services 4.1.1.7. Delivery of materials. The Contractor shall provide small materials up to $25.00 at no additional costs. 4.1.2. On-call Repairs: On-call repairs are emergency repairs beyond the scheduled maintenance. 4.1.2.1. The contractor shall respond to a call and be at the job site within two (2) hours during regular working hours, Monday Friday, 0800 1700 hours. After repair, the contractor shall submit a detailed work report with all costs including all required materials and labor hours to the COR for notice. 4.1.2.2. If the malfunction is reported to the contractor not later than 1600 hours the failure elimination shall be started immediately on the same day. In very urgent cases, an immediate repair can be requested after 1600 hours and on Saturdays, Sundays and Federal holidays. 4.1.2.3. The Contractor shall provide small materials up to $25.00 at no additional costs. 5.0. Performance Location and Hours. 5.1. Primary place of performance is the Bruce W. Carter, Miami VA Medical Center, 1201 16th Street, Miami, Florida, 33125. Working spaces and all needed equipment will be provided by the Government. 5.2. Government normal duty hours are from 0730-1630, Monday through Friday, excluding Federal holidays. Contractor access will be provided during this time period. Government estimate for this work will require a level of effort approximately equal to 160 hours per month. FEDERAL HOLIDAY DATE New Year s Day January 01 Dr. Martin Luther King, Jr. Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 6.0. Deliverables. 6.1. The contractor shall conduct instructional course(s) to meet the objectives identified in above. In addition, the contractor shall provide handouts and training materials in enough quantity for each participant. These are off-the-shelf courses and the contractor shall provide lesson plan, course materials and media (DVD s, CD s, videos, etc. if required) for each course. 7.0. Key Personnel Replacement and Substitution. 7.1. Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. 7.2. If the Contracting Officer determines that, (1) suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial as to impair the successful completion of the contract or the delivery order in accordance with the proposal accepted by the Government at time of contract award, the Contracting Officer may, (1) terminate the contract for default or for the convenience of the Government, as appropriate, or (2) at his discretion, if he finds the Contractor at fault for the condition, equitably adjust the contract price downward to compensate the Government for any resultant delay, loss or damage. 7.3. The Contractor shall replace any absent individual for any period greater than one workday (may be changed) so as to leave a full complement of trained qualified personnel at all times with no disruption of services. 8.0. Contractor Personnel and Management. 8.1. Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. 8.2. Security Clearances. The Contractor and all assigned Contractor personnel shall have a SECRET or Interim Secret Clearance to work at the Government work site. 8.3. Government Badges. The COR will coordinate the issuance of required access badges to Contractor personnel. Contract personnel shall always wear laminated identification badges provided by the Government when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 8.3.1. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. 8.4. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall always also wear a laminated contractor identification badge when performing services under this Contract, including when on Government directed travel. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 8.5. All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 8.6. Safety/Security Requirements. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. 8.7. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. 8.8. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. 8.9. Standards of conduct 8.9.1. Conduct of Personnel. Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide enough personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. 8.9.2. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. 8.9.3. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. 8.9.4 The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority. 9. TRAVEL. Not applicable 10. NON-PERSONAL SERVICE STATEMENT 10.1. Contractor employees performing services under this order will be controlled, directed, and always supervised by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the PWS. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 11. PERSONNEL QUALIFICATIONS 11.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual. 12. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT 12.1. Performance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. 12.2 The QASP and its performance objectives are as follows: PWS Para. Performance Objective Performance Standard Acceptable Quality Level Surveillance Method Compliance 4.1.1.1 Verify maintenance/ management of records for consistency and/or corrective applications. Ensure documents are accurate IAW AR 25-400-2. Receiving documents are accurate 95% of the time. Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. 4.1.1.2 Review the power supply test plan for application testing (e.g. what was tested, how it was tested, when was it tested and who tested). Ensure documents are accurate IAW AR 25-400-2. Receiving documents are accurate 95% of the time. Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. 4.1.1.3 Correlate cable testing results with failure determination/ elimination. Ensure documents are accurate IAW AR 25-400-2. Receiving documents are accurate 95% of the time. Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. 4.1.1.4 Verify detector testing of all signal units for each system. Ensure documents are accurate IAW AR 25-400-2. Receiving documents are accurate 95% of the time. Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. 4.1.1.5 Verify maintenance and functional test records for each video surveillance system, to include failures. Ensure documents are accurate IAW AR 25-400-2. Receiving documents are accurate 95% of the time. Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. 4.1.1.6 Verify repair service records for consistency and/or corrective applications 36C24821Q1013 Page 1 of 1 Page 24 of 26 Page 1 of 1 SECTION C - CONTRACT CLAUSES C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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): (End of Clause) FAR Number Title Date 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS DEC 2014 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS OCT 2018 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of the expiration of this contract. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). NOTE: The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of Clause) C.3 52.217-9 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 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 7 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 4 years. (End of Clause) C.4 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran owned small business concern or SDVOSB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.101, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is so listed in the Vendor Information Pages (VIP) database (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from eligible service-disabled veteran-owned small business concerns. Only VIP-listed service-disabled veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement. Agreement. When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6. (e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled veteran-owned small business concerns and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. (End of Clause) C.5 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records, or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 36C24821Q1013 Page 1 of 1 Page 25 of 26 Page 1 of 1 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS Left Blank 36C24821Q1013 Page 1 of 1 Page 26 of 26 Page 1 of 1 SECTION E - SOLICITATION PROVISIONS E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Submit your company s quote in writing via email utilizing either PDF or Word format. You may not submit more than one quote. If a concern submits more than one quote all quotes will be rejected, and the company will be considered nonresponsive. Quotes received that do not include all information in accordance with this RFQ will be considered unacceptable and the company will be deemed nonresponsive. Information to be submitted: Provide the following information on the first page of your quote: Contractor s Cover Page Contractor: Address: (address line 1) (address line 2) (City, State Zip Code) Point of Contact: Phone Number: Email Address: DUNS: Second page, provide the following information: All quotes shall include a statement regarding the terms and conditions herein as follows: The terms and conditions contained in the RFQ are acceptable to be included in the award document without modification, deletion or addition. Or The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following: ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE The above amendment section must be filled out if an Amendment(s) is sent to the offeror or posted on Contract Opportunities at https://beta.sam.gov and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute rejection of the offer. The Government intends to award a contract as a result of this RFQ to the responsible quoter whose quote conforms to the RFQ requirements and is the lowest price. Quotes will be evaluated for acceptability only and shall not be rated. Quoters must be determined responsible per the standards of FAR Part 9 to be eligible for award. Quoter shall complete Section B.4 Price/ Cost Schedule. Quoter shall provide a statement that the service meets all requirements of the Performance Work Statement. Quoter shall provide up to five (5) past performance references of a Federal, State, local government, or private contracts under which Quoter has provided similar services, of similar size and complexity required in this solicitation within the last five (5) years. Provide a narrative description of the service rendered and how it is like the services required by this solicitation. Facility/ Company Name: Address: Phone Number: Point of Contact: Start/End of contract: Narrative: E.2 52.252-1 SOLICITATION 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.204-24 52.212-1 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS OCT 2020 JUN 2020 (End of Addendum to 52.212-1) E.3 52.212-2 EVALUATION OF QUOTES Basis for Award Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance. Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate for: Providing One Year Base Period and Four One Year Separately Priced Option Years. Following receipt of quotes, the Government will perform a comparative evaluation of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). TECHNICAL APPROACH OUTLINE (TAO): The quoter shall provide its proposed solution to meeting the requirements outlined in the Performance Work Statement (PWS). The TAO shall clearly demonstrate the quoter s understanding of the requirement and that the contractor is capable of meeting the specific tasks listed in the PWS. This document shall describe in detail the activities and measurable outcomes required to implement and perform its proposed solution. The government will evaluate the quoter s Technical Approach to determine the manner and extent to which the quoter s proposed technical approach will meet the government s objectives as described in the PWS and the requirements in the RFQ. The government will evaluate the quoter s TAO based on its feasibility and appropriateness in accomplishing the objectives of the PWS and this RFQ. Additionally, the government will evaluate the feasibility and appropriateness applied in the TAO, effectiveness of the schedule, and work approach. The government will also evaluate the quoters on the clarity of their approach and their ability to convey to the government their capability to perform the requirements of the PWS and this RFQ with minimal risk and cost-effective ideas. PAST PERFORMANCE: Past Performance Information and Retrieval System (PPIRS) information and Dun and Bradstreet will be utilized for the past performance evaluation. The Government shall review available past performance data in the Federal Awardee Performance and Integrity Information System found in the Past Performance Information Retrieval System found at https://fapiis.ppirs.gov/. Quoters shall identify up to five (5) current or recently completed (within the last five [5] years) contracts that are the same or similar in volume, complexity and dollar value to the contract being solicited herein. Quoter shall provide the information as fully set forth in Paragraph E.1, page 19 of this solicitation. Additionally, the Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the offeror when evaluating past performance. PRICE EVALUATION: The Quoter's Total Evaluated Price (TEP) will be determined by multiplying each price proposed in the schedule by the applicable estimated quantity and adding all of these together. The Quoter s TEP will be evaluated by the Contracting Officer for reasonableness. The individual prices proposed in the schedule may also be evaluated for reasonableness. Reasonableness may be determined by comparing the quoted price to historical prices for similar efforts, comparison to the Independent Government Estimate (IGE), or other methods at the sole discretion of the Government. A reasonable price represents an amount that a prudent person would pay in a competitive business environment. The Government intends to evaluate the Option to Extend Services, provided under FAR 52.217-8 as fully set forth in Paragraph C.3 of this Solicitation (End of Provision)

8875 HIDDEN RIVER PARKWAY  TAMPA , FL 33637  USALocation

Place Of Performance : Miami Heathcare Nework 1201 NW 16th St,

Country : United States

You may also like

VIDEO SURVEILLANCE SYSTEM UPGRADE AND MAINTENANCE

Due: 31 Oct, 2026 (in about 2 years)Agency: NATIONAL ARCHIVES AND RECORDS ADMINISTRATION

Security Technician for Alarm System, Camera, & Keyless Access

Due: 09 May, 2024 (in 9 days)Agency: Rockford School District

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 J063Maintenance, Repair and Rebuilding of Equipment: Alarm, Signal, and Security Detection Systems