Back to tenders & grants page
J--RFQ - Locks and Alarm Maintenance Services Consulting J--RFQ - Locks and Alarm Maintenance Services
Receive Tenders like this by email

J--RFQ - Locks and Alarm Maintenance Services

J--RFQ - Locks and Alarm Maintenance Services has been closed on 15 Sep 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEPT OF THE ARMY.AMC.ACC.MISSION & INSTALLATION CONTRACTING COMMAND.418TH CSB.W6QM MICC-FDO FT HOOD

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

DEPT OF DEFENSE.DEPT OF THE ARMY.AMC.ACC.MISSION & INSTALLATION CONTRACTING COMMAND.418TH CSB.W6QM MICC-FDO FT HOOD

Industry:

Consulting

Status:

Closed

Timeline

Published:

14 Sep 2021

Deadline:

15 Sep 2021

Value:

Not available

Contacts

Name:

Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: [email protected];

Description

https://sam.gov/opp/913c51207c0944f582dae2a3d4fa568a/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1
AMENDMENT 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 W9115121R0028_1 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 561622 with a small business size standard of $20.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.

The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on:

2021-09-15 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Bragg, NC 28310

The MICC Fort Hood requires the following items, Meet or Exceed, to the following:
Base Period of Performance: 09/25/2021 - 09/24/2022
LI 001: Service inspection of Locks. Please read PWS for additional information., 12, MONTHS;
LI 002: Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information., 12, MONTHS;
LI 003: Service inspection of six (6) gates. Please read PWS for additional information., 12, MONTHS;
LI 004: Lubrication of gate chains. Please read PWS for additional information., 12, MONTHS;
LI 005: Service Contract Report (SCR): The Contractor shall report all Contractor labor hours (including Subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: https://sam.gov/SAM/, then select “Entity Registrations”, and then select “Service Contract Reporting (SCR)”. Reporting inputs shall be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on “Send an email” which is located under the Help Resources Ribbon on the bottom of the login page of the applicable SCR website at https://sam.gov/SAM/. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter “Not a Direct Cost”., 1, EA;
Option 1 Period of Performance: 09/25/2022 - 09/24/2023
LI 001: Service inspection of Locks. Please read PWS for additional information., 12, MONTHS;
LI 002: Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information., 12, MONTHS;
LI 003: Service inspection of six (6) gates. Please read PWS for additional information., 12, MONTHS;
LI 004: Lubrication of gate chains. Please read PWS for additional information., 12, MONTHS;
LI 005: Service Contract Report (SCR): The Contractor shall report all Contractor labor hours (including Subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: https://sam.gov/SAM/, then select “Entity Registrations”, and then select “Service Contract Reporting (SCR)”. Reporting inputs shall be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on “Send an email” which is located under the Help Resources Ribbon on the bottom of the login page of the applicable SCR website at https://sam.gov/SAM/. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter “Not a Direct Cost”., 1, EA;
Option 2 Period of Performance: 09/25/2023 - 09/24/2024
LI 001: Service inspection of Locks. Please read PWS for additional information., 12, MONTHS;
LI 002: Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information., 12, MONTHS;
LI 003: Service inspection of six (6) gates. Please read PWS for additional information., 12, MONTHS;
LI 004: Lubrication of gate chains. Please read PWS for additional information., 12, MONTHS;
LI 005: Service Contract Report (SCR): The Contractor shall report all Contractor labor hours (including Subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: https://sam.gov/SAM/, then select “Entity Registrations”, and then select “Service Contract Reporting (SCR)”. Reporting inputs shall be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on “Send an email” which is located under the Help Resources Ribbon on the bottom of the login page of the applicable SCR website at https://sam.gov/SAM/. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter “Not a Direct Cost”., 1, EA;
Option 3 Period of Performance: 09/25/2024 - 09/24/2025
LI 001: Service inspection of Locks. Please read PWS for additional information., 12, MONTHS;
LI 002: Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information., 12, MONTHS;
LI 003: Service inspection of six (6) gates. Please read PWS for additional information., 12, MONTHS;
LI 004: Lubrication of gate chains. Please read PWS for additional information., 12, MONTHS;
LI 005: Service Contract Report (SCR): The Contractor shall report all Contractor labor hours (including Subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: https://sam.gov/SAM/, then select “Entity Registrations”, and then select “Service Contract Reporting (SCR)”. Reporting inputs shall be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on “Send an email” which is located under the Help Resources Ribbon on the bottom of the login page of the applicable SCR website at https://sam.gov/SAM/. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter “Not a Direct Cost”., 1, EA;
Option 4 Period of Performance: 09/25/2025 - 09/24/2026
LI 001: Service inspection of Locks. Please read PWS for additional information., 12, MONTHS;
LI 002: Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information., 12, MONTHS;
LI 003: Service inspection of six (6) gates. Please read PWS for additional information., 12, MONTHS;
LI 004: Lubrication of gate chains. Please read PWS for additional information., 12, MONTHS;
LI 005: Service Contract Report (SCR): The Contractor shall report all Contractor labor hours (including Subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: https://sam.gov/SAM/, then select “Entity Registrations”, and then select “Service Contract Reporting (SCR)”. Reporting inputs shall be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on “Send an email” which is located under the Help Resources Ribbon on the bottom of the login page of the applicable SCR website at https://sam.gov/SAM/. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter “Not a Direct Cost”., 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC Fort Hood intends to document bids online to be facilitated by the third-party Marketplace, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. MICC Fort Hood 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or [email protected]. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award.

The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.

The applicable NAICS code for this procurement is 561622 with the related size standard of $22 Million. 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 receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.”

Unison Marketplace is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum for filing protests against the Government. Attempts to file protests through Unison Marketplace will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate 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 33.10. If you want to file a protest under the 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. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: [email protected]. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.

Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.” If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov.

Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.

New equipment ONLY, NO remanufactured products

FOB Destination CONUS (CONtinental U.S.)

Bid MUST be good for 90 days, after submission. No partial bids will be accepted.

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26, Covered Telecommunications Equipment or Services-Representation.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more