Intrusion Detection System (№12448315)

17 jan

Number: 12448315

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


17-01-2019

Description


Intrusion Detection SystemSolicitation Number: W912K3-19-Q-5002
Agency: Department of the Army
Office: National Guard Bureau
Location: 141 MSG/MSC, WA ANG

Solicitation Number: W912K3-19-Q-5002

Notice Type: Award

Contract Award Date: January 16, 2019

Contract Award Number: W912K319P5002

Contract Award Dollar Amount: $98095.00

Contractor Awarded Name: Government Contracting Services LLC

Contractor Awarded DUNS: 829760029

Contractor Awarded Address: 2552 Jefferson Ave
Tacoma, Washington 98402
United States

Synopsis: Added: Dec 04, 2018 5:31 pm Modified: Dec 27, 2018 2:54 pm

Track Changes

This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 number W912K3-19-Q-5002 is hereby issued as a Request for Quote (RFQ). The



Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, 26 October 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180928. It is the contractor"s responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334290 with number of employees not to exceed 750.


Description of Requirement:



CLIN 0001: Contractor shall provide and install an Intrusion Detection System (IDS) and Access Control System (ACS) into the Battlespace Access Training System facility in accordance with the separate performance work statement.


CLIN 0002: Contractor shall install a pedestrian gate and access control for the WADS compound


QTY 1 JOB Total $__________________



**ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED AS LONG AS THEY ARE COMPLIANT AND MEET THE ESSENTIAL CHARACTERISTICS LISTED IN THE PERFORMANCE WORK STATEMENT. ** In addition to price and technical acceptability as outlined in the PWS, products will be evaluated based on material quality, and delivery schedule. A firm fixed price contract will be awarded on a Best Value basis.


Delivery requirement: 60 days ARO, FOB Destination to Joint Base Lewis-McChord, WA. Exact address will be provided upon award.


For estimation purposes, delivery and install will be at/to:


Western Air Defense Sector (WADS)


Bldg. 852


Joint Base Lewis-McChord, WA 98438



Site Visit:



A site visit will be held on Thursday 13 December 2018 at 1:00 PM. Interested contractors must submit the full name, SSN, and DOB of any attendees to Mr. Mike Moran at [email protected] by 4:00 PM Pacific 12 December 2018 to obtain Base access. Attendance of the site visit is highly encouraged in order for the contractor to have a full understanding of the requirement and submit a responsible quote.





Quote Information:



Quotes must be submitted and received no later than 4:00 PM Pacific Time 4 January 2019. Quotes may be e-mailed to the attention of P.O.C.s listed below.



Contact Information:



BUYER: MSgt Matthew Richard


Alternate Buyer: TSgt Robert Jones


Emails: [email protected]



Additional Information:



Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at:

http://www.sam.gov.



PROVISIONS AND CLAUSES


Clauses may be accessed electronically in full text through

http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at

http://www.sam.gov and with Wide Area Work Flow (WAWF) at

http://wawf.eb.mil


FAR 52.204-7, System for Award Management Registration


FAR 52.204-9, Personal Identity Verification of Contractor Personnel


FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards


FAR 52.204-16, Commercial and Government Entity Code Maintenance


FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)


FAR 52.212-1, Instructions to Offerors-Commercial Items


FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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 as well as technically acceptability, material quality and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision.


FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov


FAR 52.212-4, Contract Terms and Condition-Commercial Items


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply


FAR 52.219-6, Notice of Total Small Business Set-Aside


FAR 52.219-28, Post Award Small Business Representation


FAR 52.222-3, Convict Labor


FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies


FAR 52.222-21, Prohibition of Segregated Facilities


FAR 52.222-26, Equal Opportunity


FAR 52.222-36, Affirmative Action for Workers with Disabilities


FAR 52.222-50, Combating Trafficking in Persons


FAR 52.223-5, Pollution Prevention and Right to Know Information


FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving


FAR 52.225-13, Restrictions on Certain Foreign Purchases


FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration


FAR 52.232-39, Unenforceability of Unauthorized Obligations


FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors


FAR 52.233-3, Protest After Award


FAR 52.233-4, Applicable Law for Breach of Contract Claim


FAR 52.237-1, Site Visit


FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation


FAR 52.252-2, Clauses Incorporated by Reference - SEE

http://farsite.hill.af.mil


DFARS 252.201-7000, Contracting Officer"s Representative


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials


DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials


DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements


DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information


DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors


DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law


DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items


DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items


DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials


DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate


DFARS 252.225-7001, Buy American Act and Balance of Payments Program


DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)


DFARS 252.232-7010, Levies on Contract Payments


DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel


DFARS 252.244-7000, Subcontracts for Commercial Items


DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III



Submission of Invoices


In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission



Please consult the list of

document viewers if you cannot open a file. Package #1 Posted Date: December 4, 2018



A-1_PWS_languageRev1_-_BATS_19Nov2018.docx (25.98 Kb) Description: Performance Work Statement

A-1_BATS_Interior_Alarms_Diagram_20180607.pdf (99.10 Kb) Description: BATS Interior Alarm Diagram

A-1_Site_Location_Drawing.pdf (94.58 Kb) Description: Site location Drawing

A-1_SeaBox_Line_Drawings.PDF (3901.76 Kb) Description: Sea Box Line Drawings

A-1_Site_Plan_for_Pedestrian_Gate.pdf (437.83 Kb) Description: Site Plan for Pedestrian Gate

Package #2 Posted Date: December 13, 2018



A-9_Site_Visit_Sign_in_Sheet.pdf (275.67 Kb) Description: Site Visit Sign in Sheet

A-9_Site_Visit_Notes.docx (11.69 Kb) Description: Site Visit Notes

Q&A Responses Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Q&A Responses

Posted Date: December 19, 2018



A-9_Q&A.docx (18.39 Kb) Description: Q&A Responses

Questions & Answers Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Questions & Answers

Posted Date: December 20, 2018



A-9_Q&A.docx (18.47 Kb) Description: Updated Q&A

A-9_More_Q&A.xlsx (142.93 Kb) Description: Additional Q&A

Additional Cable Pathways Info Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Additional Cable Pathways Info

Posted Date: December 27, 2018



A-1_Cable_pathways_ICIDS.pdf (138.60 Kb) Description: Cable Pathways...answer to question #19 in Q&A.

Amendment 1 Type: Mod/Amendment

Posted Date: December 27, 2018



A-7_Combo_(Revised_Due_Date).docx (19.66 Kb) Description: Revised Due Date



Contracting Office Address: 2 SOUTH OLYMPIA AVENUE
FAIRCHILD AFB, Washington 99011-9439
United States


Place of Performance: 852 Lincoln BLVD
JBLM, Washington 98438
United States


Primary Point of Contact.: Matthew R. Richard, Contracting Officer

[email protected] Phone: 5092477223

Secondary Point of Contact: Robert D. Jones, Contract Specialist

[email protected] Phone: 5092477224