Consular Window Intercom System PMSC
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Presolicitation (Original)
- Original Published Date: Jun 15, 2022 01:40 pm EDT
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Dec 31, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1AZ - MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
- NAICS Code:
- 811213 - Communication Equipment Repair and Maintenance
- Place of Performance: MEX
Description
The U.S. Government requires Consular window intercommunication system preventive maintenance services in 5 Posts. The Contractor shall provide all necessary managerial, administrative, supervisory and direct labor personnel, as well as remote technical support and any equipment, tools, supplies, materials, transportation and travel to perform onsite inspection and maintenance to ensure proper Consular window intercommunication system operation, according to the manufacturer’s instructions.
No additional sums will be payable for any escalation in the cost of materials, equipment, labor, or because of the contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required.
The Contractor shall inventory, supply, and replace expendable parts that have become worn due to wear and tear. The Contractor shall maintain a supply of expendable and common parts on site so that these are readily available for normal maintenance; in addition to the appropriate tools, testing equipment, safety shoes and apparel for technicians, personal protective equipment (hands, hearing, eye protection), MSDS, and cleaning material. The contractor shall inventory the supply after each visit and order replacement supplies and have them delivered on site. Maintenance materials shall be unused and are to be industry standard and intended for the task to be performed. Parts shall be OEM approved.
The anticipated performance period is for a base year, with two one-year option periods, if exercised by the Government. All responsible sources may submit a proposal, which will be considered.
The Government may award the contract based on the initial offer without discussion. The resultant contract will be a firm fixed price type contract.
All contractors have to be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to submitting a proposal pursuant to FAR provision 52.204-7.
The guidelines for registration in SAM are also available at:
https://www.fsd.gov/fsd-gov/learning-center-system.do?sysparm_system=SAM
Electronic Submission/Responses:
This opportunity allows for electronic responses. Please submit your offer prior to the response date and time.
Attachments/Links
Contact Information
Contracting Office Address
- DEPARTMENT OF STATE, 2201 C ST NW
- WASHINGTON , DC 20520
- USA
Primary Point of Contact
- Shelton Bowers
- BowersSC@state.gov
- Phone Number 525550802780
Secondary Point of Contact
- Lucy Olivares
- OlivaresMX@state.gov
- Phone Number 521150802678
History
- Dec 31, 2022 11:56 pm ESTPresolicitation (Updated)
- Jul 22, 2022 01:05 pm EDTPresolicitation (Updated)
- Jun 29, 2022 04:53 pm EDTPresolicitation (Updated)
- Jun 15, 2022 01:40 pm EDTPresolicitation (Original)