ELECTRONIC SECURITY SYSTEMS for CSMS 2 Hilo Hawaii
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Sep 21, 2022 04:00 pm EDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 08, 2022
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Hilo , HI 96720USA
Description
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. This solicitation, W912J6-22-Q-0R0Z, is being issued as a Request for Quote (RFQ). Any award resulting from this solicitation will be issued on a Standard Form 1449. To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database and registration may be done online at: www.sam.gov . Also, all vendors will be required to submit invoicing through Wide Area Work Flow (WAWF) electronic invoicing system.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 Effective August 10, 2022.. This procurement is being solicited as 100% small business set aside. The designated North American Industry Classification System (NAICS) Code is 238210 Electrical Contractors and Other Wiring Installation Contractors, with a size standard in million of dollars $16.5. The list of items, quantities, and units of measure are identified in the salient characteristics. See attached Salient characteristics and building design.
This is brand new building with existing power lines and other plugs design for electronic security systems.
Contract award will be written with one (1) Contract line item number (CLIN)
CLIN 0001: CSMS 2 Electronic Security Systems
List of items will be listed in the description block with prices and installation.
Quantity: 1
Unit: Job
Date of Delivery – NLT 90-120 days after receipt of order (ARO)
Place of delivery and Installation:
CSMS 2
Building: 641
Keaukaha Military Reservation (KMR)
1394 Kekuanaoa Street Hilo, Hawaii Island, Hawaii 96729
Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition
Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items Quote Submittal Instructions
In order to be considered for award, Offerors are requested to quote Firm Fixed Price for all of the identified contract line items provided. Quotes shall be sent electronically via e-mail directly to jay.renguul.mil@army.mil. Quotes must be received at this email address inbox no later than the date and time specified in this solicitation. Submission of a quote that does not contain all item(s) requested may result in elimination from consideration of award. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. The vendor’s quote shall include the following:
1. Price quotation, signed and dated
2. Amendments or acknowledgements (if applicable), signed and dated
3. Completed Certifications (if not entered in the System for Award Management (SAM)) to include FAR 52.212-3 Alternate I, Offer Representations and Certifications Commercial Item d. Submittal of quote in accordance with FAR 52.212-1, Addendum to FAR 52.212-1, FAR 52.212-2, Addendum to FAR 52.212-2
4. As a minimum, one (1) page technical approach
5. As a minimum, one (1) completed Past Performance
6. Provide equipment/material warranty and workmanship warranty
7. Provide training for all systems for onsite staff
Provision 52.212-2 Evaluation-Commercial Items, applies to this acquisition
Addendum to FAR 52.212-2, Evaluation – Commercial Items
Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price.
The following factors shall be used to evaluate vendor’s quotation:
Factor 1 – Technical Capability
Factor 2 – Past Performance
Factor 3 – Price
Past Performance will not be formally evaluated, but will be reviewed during the responsibility determination pursuant to, and information obtained using, FAR Part 9 – Contractor Qualifications.
Evaluation Criteria:
Factor 1 – Technical Capability: The vendor shall provide a written technical approach demonstrating their clear understanding of the requirement as described in the Performance Work Statement (PWS) (Attachment #1).
Factor 1 Minimum Requirement: As a Minimum, the vendor shall provide a technical approach and list of equipment/software. The statement shall be no less than one (1) page in length and will be evaluated as “acceptable” or “unacceptable.”
Factor 2 – Past Performance: Describe your experience and quality of work in providing similar services within the last three (3) years which includes:
(a) Contract Number
(b) Contract Title & Description
(c) Period of Performance
(d) Total Contract Award Amount
(e) Customer Point of Contact Name, Email, and Telephone
(f) Performance Rating.
Factor 2 Minimum Requirement: As a Minimum the vendor shall complete and submit one (1) sheet with the Vendor’s quote. Please note that previous Government contract experience is not required. In the case if a vendor does not have relevant work experience, the vendor will be considered acceptable.
Factor 3 – Price - Price will not be scored or rated and should be provided on the Combined Synopsis/Solicitation, or a standard vendor quote form using Government Contract Line Item Number (CLIN) structure.
The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3. Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness.
The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3. Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness.
Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition
Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition
The following FAR and DFARS provisions are incorporated into this solicitation by reference:
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-17, Ownership or Control of Offeror
52.204-20, Predecessor of Offeror
52.204-22, Alternative Line Item Proposal
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-5 Certification Regarding Responsibility Matters
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.217-5 Evaluation of Options
52.219-1 Small Business Program Representations--Alternate I
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
52.233-2 Service of Protest
252.203-7005, Representation Relating to Compensation of Former DoD officials
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7008 Only One Offer
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation
The following FAR and DFARS clauses are incorporated into this solicitation by reference:
52.202-1 Definitions
52.203-12 Limitation on Payments to Influence Certain Federal Transactions
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-13, SAM Maintenance
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.211-17 Delivery of Excess Quantities
52.212-4, Contract Terms and Conditions – Commercial Items
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.242-13 Bankruptcy
52.243-1 Changes--Fixed Price
52.247-34 -- F.o.b. – Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7003, Control of Government Personnel Work Product
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
252.211-7003 Item Unique Identification and Valuation
252.225-7001 Buy American and Balance of Payments Program—Basic
252.225-7012 Preference for Certain Domestic Commodities
252.225-7021 Trade Agreements
252.225-7048 Export-Controlled Items
252.227-7015 Technical Data--Commercial Items
252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005)
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
252.243-7001, Pricing of Contract Modifications
252.243-7002 Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea--Basic
The following provisions and clauses are incorporated by full text in Attachment #2.
52.212-1 Instructions to Offerors-Commercial Items
52.212-2, Evaluation – Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.217-7 Option for Increased Quantity-Separately Priced Line Item
52.237-1 Site Visit
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
252.232-7006, Wide Area Workflow Payment Instructions
The following provisions and clauses are incorporated by full text in Attachment #3
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
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov . All offerors must complete provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26 Covered Telecommunications Equipment or Services-Representation to be eligible for award.
Please review attached Building Design (Attachment #2), List of Items (attachment #3) and submit your Quote along with 889 form (attachment #4) Attachment #5 is Contract Clauses Full Text.
Quotes are due by 5:30 p.m EST , Wednesday 21 September 2022.
Electronic proposals must be submitted via e-mail to jay.renguul.mil@army.mil . Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Jay Renguul at jay.renguul.mil@army.mil no later than 4:00 p.m. EST Tuesday, 20 September 2022. Reference solicitation number in subject line. Any questions received thereafter may not be processed.
Submissions shall not exceed 15 pages, and provide the following: Vendor Name; Vendor POC; Vendor CAGE; Vendor DUNS; Contact Ph#; Fax and/or Email; Discount Terms (if applicable); and Socio-Economic status. Additionally, in order to be eligible for award, all respondents shall, with submission, provide a completed 889 Certification (Attachment #3).
The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. (FAR 52.212-1(g))
Contact Information
Primary Point of Contact
- Jay Renguul
- jay.renguul.mil@mail.mil
- Phone Number 8088446337
Secondary Point of Contact
- Warren Sabugo
- warren.m.sabugo.civ@army.mil
- Phone Number 8088446421