United States - J--Alarm System Monitoring and Service Providence, RI VA Facilities - Community Based Outreach Clinics

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
13 June 2019
Opportunity publication date
06 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 30, 2019 2:38 pm

Combined Synopsis Solicitation Providence VAMC Facilities Continuous Security Alarm System Monitoring Services

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

(ii) The solicitation number is 36C24119Q0347 and the solicitation is issued as a request for quotation (RFQ).

(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.

(iv) This requirement is being issued as an unrestricted open market. The associated NAICS code is 261621 Alarm System Monitoring Services and small business size standard is $20.5 million.

(v) The Government intends to award a firm-fixed price award for Continuous Security Alarm System Monitoring Services. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.

ITEM NUMBER

DESCRIPTION OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

Alarm Monitoring Service in Accordance with the Performance Work Statement.

Contract Period: Base

POP Begin: 06/21/2019

POP End: 06/20/2020

1.00

YR

__________________

__________________

1001

Alarm Monitoring Service in accordance with the Performance Work Statement.

Contract Period: Option 1

POP Begin: 06/21/2020

POP End: 06/20/2021

1.00

YR

________________

_________________

2001

Alarm Monitoring Service in accordance with the Performance Work Statement.

Contract Period: Option 2

POP Begin: 06/21/2021

POP End: 06/20/2022

1.00

YR

________________

_________________

3001

Alarm Monitoring Service in accordance with the Performance Work Statement.

Contract Period: Option 3

POP Begin: 06/21/2022

POP End: 06/20/2023

1.00

YR

________________

_________________

4001

Alarm Monitoring Service in accordance with the Performance Work Statement.

Contract Period: Option 4

POP Begin: 06/21/2023

POP End: 06/20/2024

1.00

YR

________________

_________________

GRAND TOTAL

__________________

(vi) The Contractor shall provide all resources necessary to provide Continuous Security Alarm System Monitoring Services IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details.

(vii) The Place of Performance is the VA Providence Facility Locations:

-Hyannis CBOC Facility VA Primary Care Center, 233 East Stevens Street, Hyannis, MA 02601-3766

-Middletown CBOC Facility VA Primary Care Center, One Corporate Place, Middletown, RI 02842

-Eagle Square 1, The Crawford Building, 589 Atwells Avenue, Providence, RI 02909-2472

-Eagle Square 2, The Uncas Building 1st Floor, Eye Clinic, 623 Atwells Avenue, Providence, RI 02909-2472

-Eagle Square 3, The Uncas Building 3rd Floor, 623 Atwells Avenue, Providence, RI 02909-2472

-Eagle Square 4 & 4A, The Crawford Building 2nd Floor, 589 Atwells Avenue, Providence, RI 02909-2472

-Eagle Square 5 & 6, The Uncas Building 1st Floor, Audiology Clinic / Comp & Pen, 623 Atwells Avenue, Providence, RI 02909-2472

(viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (Oct) 2018; 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.215-70 Service-Disable Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)(DEVIATION); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008).

(ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement.

Submission of Quotes:

(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.

(2) Offerors may submit their quotes electronically via email to Joshua.Gallien@va.gov and Craig.Harris@va.gov.

(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 06-June-2019 at 10:00 AM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.

(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.

Evaluation Process:

Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.

Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 

Price (Follow these instructions):

Offeror will complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.  Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Act (SCA).

Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation.

Past Performance:

Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).  Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.  The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.

Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner. 

Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement.

Contractor will provide a quality control plan, which explains the offerors approach to quality control and methodologies.

If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort.

Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. 

For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov).

Verified SDVOSBs will receive a 10% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $90.00).

Verified VOSBs will received a 5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00).

For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, an Offeror must state in its quote the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor.

If a vendor submits a subcontracting plan where it will be using a SDVOSB, it will receive a 3.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00).

If a vendor submits a subcontracting plan where it will be using a VOSB, it will receive a 2.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50).

(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.

(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.204-13 System for Award Management Maintenance (Oct 2018); 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018); 852.237-70 Contractor Responsibilities (APR 1984).

Subcontracting Commitments - Monitoring and Compliance

This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor compliance with the subcontracting commitments.

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (Providence, Rhode Island VAMC Providence County WD 15-4083 (Rev.-10) was first posted on www.wdol.gov on 04/30/2019), Middletown WD 2015-4089 (Rev-10) first posted on 04/30/2019 and Barnstable (Rev-11) first posted on 05/21/2019, 52.222-55, 52.222-62

(xiii) All contract requirement(s) and/or terms and conditions are stated above.

(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.

(xv) RFQ responses are due June 13, 2019 at 10:00 AM EST. RFQ responses must be submitted via email to: Joshua.Gallien@va.gov and Craig.Harris@va.gov. Hand deliveries will not be accepted.

(xvi) The POC of this solicitation is Josh Gallien (Joshua.Gallien@va.gov) and Craig Harris Craig.Harris@va.gov.

Opportunity closing date
13 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?