Skip to main content

An official website of the United States government

You have 2 new alerts

ICIDS-V Maintenance

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 (Original)
  • Original Published Date: Jul 07, 2022 04:00 pm EDT
  • Original Date Offers Due: Aug 07, 2022 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 22, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Natick , MA 01760
    USA

Description

The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to procure one (1) Senior Technical Specialist, tools, and other items necessary, to perform inspections, maintenance, routine testing, installation, and repair/emergency repair or software updates on the 32 zone Integrated Commercial Intrusion Detection Systems (ICIDS-V) (DAQ version) at Natick Soldier Systems Center.  This action will support the  Combat Capabilities Development Command Soldier Center, USAG Narick.

This is a combined synopsis and solicitation for commercial services prepared in accordance with the 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. Request For Quotation (RFQ) number is W911QY-22-R-ICIDS.

It is intended to place a single firm fixed priced contract with the winning bidder.  All timely offers will be considered and proposal submission shall be in accordance with Submission Instructions contained herein.  Evaluation factors are Technical Capability, Price, and Past Performance.  The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.

This requirement is an 8a set aside action.  NAICS Code is 561621 Security Systems Services (except Locksmiths).  Size standard is $22M.  The Army’s Office for Small Business Programs concurs with the 8a set aside restriction determination.  Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01. FAR Clauses 52.212-1 through 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. The Government contemplates an award of a Firm-Fixed-Price Contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award.  Instructions for registration are available at the website.  Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply.  The following addenda or additional terms and conditions apply:  In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater.  The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping.

Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.

Submission Instructions:

All other Offerors shall submit a proposal consisting of three sections. These three sections shall be labeled, Section I – Technical Proposal; Section II – Pricing Proposal; and Section III Past Performance. No Pricing Information shall be submitted in Section I.

Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.

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

  1. Technical capability of services offered to meet Government requirements:
    1. The offeror shall be able to meet the requirements as outline in the statement of work (SOW) titled ICIDS-V (DAQ Version) Maintenance Contract Natick Soldier Systems Center, MA 01760
    2. The offeror shall develop a Quality Assurance Plan (QAP) and submit a copy with their proposal.  A final draft shall be submitted to the Government for approval no later than 30 days after award. Once the Government accepts the plan, the contractor shall use the QAP to implement the necessary management and quality control actions.  The Government has provided the contractor an informational copy of this QASP as an attachment to this solicitation to support the contractor’s efforts in developing a QAP and to provide the contractor an opportunity to comment and propose innovative solutions for the Government’s QASP.

(ii) Price: annual labor rate, labor hours, and detailed travel expenses shall be submitted.

(iii) Past performance: 

Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three years

Each example shall not exceed two (2) pages and shall include the following:

  1. Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code
  2. Government contracting activity, Contracting Officer name, telephone number, and email address
  3. Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address
  4. If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required in (b) and (c) above
  5. Contract type
  6. Awarded price/cost
  7. Description of the specific tasks or activities performed by the Offeror itself under the contract
  8. Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation.

Offerors shall state if they have no recent or relevant past performance.

In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

Technical and past performance, when combined, are more important than price. 

(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT INTHE OFFEROR’S PROPOSAL BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION.

Offers may be e-mailed to brandon.j.rivett.civ@army.mil. Required Period of Performance:  Base period will be Date of Award thru 12 months thereafter and 2 option years, if exercised, F.O.B. Destination.  Offers must be received by 1:00 p.m. Eastern Standard Time on 07 August 2022.  Offers received after this date are late and will not be considered for award.  For information on this acquisition contact brandon.j.rivett.civ@army.mil.

Contact Information

Contracting Office Address

  • NATICK DIVISION 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Aug 22, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)