To place a bid or register go to Unison Marketplace

View Details for Buy # 1117528

General Buy Information

Buy #: 1117528  
Solicitation #: W911S8-22-Q-0039
Buy Description: Purchase and Install of ICIDS IV system
Category: J -- Maintenance, Repair, and Rebuilding of Equipment
Sub Category: J063 -- MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
NAICS: 561621 -- Security Systems Services (except Locksmiths)
SAM Contract Opportunity: Yes
Set-Aside Requirement: No Set-Aside Restriction
Buyer: MICC Joint Base Lewis McChord
End Date: 09/20/2022
End Time: 11:00 ET
Seller Question Deadline: 9/16/2022 - 11:00 ET
Delivery: Special Delivery Instructions - Other: Period of Performance In accordance with PWS

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 ICIDS IV compatible access control system equipment shall be compatible with the existing ICIDS IV system on JBLM. IAW the Attached PWS. 1 EA
002 Balanced Magnetic Switch (BMS): shall meet or exceed the characteristics of Magnasphere UL 634 Level 2 High Security Contacts (Surface Mount). All BMS equipment shall be dual throw. 1 EA
003 CAC Reader: capable of scanning CAC to activate unlocking the system 1 EA
004 install a ICIDS IV compatible access control system to include, but not limited to door controller, CAC reader, Balanced Magnetic Switch (BMS),and conduit & cabling to connect the door hardware to power and communication infrastructure. See Attached PWS for further instructions. 1 JOB

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
There is no Set-Aside restriction for this Buy.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
The Buyer has provided special instructions for delivery – Other: Period of Performance In accordance with PWS.

Buy Terms

Name Description
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) AND SIZE STANDARD In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (561621, Security System Services) with an applicable small business size standard of ($22.0 Mil).
CONTRACTING OFFICER'S AUTHORITY The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof.
AGENCY PROTEST PROCEDURES If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844
AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office 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 33.103. 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. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop 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 contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
QUOTES Quotes MUST be valid for 30 days after Request for Quote/solicitation’s closing date.
QUOTE CLARIFICATIONS Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.
CONTACT INFORMATION Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace.
NO MULTIPLE AWARDS Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive.
EVALUATION OF QUOTES: LOWEST PRICE TECHICALLY ACCEPTABLE In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.
SUPPLY AND SMALL SERVICES BRANCH INSTRUCTION 5 – QUOTES Quote MUST be good for 60 days after Request for Quote closing date.
SUPPLY AND SMALL SERVICES BRANCH INSTRUCTION 6 – QUOTE CLARIFICATIONS Questions concerning this quote must be submitted at least 3 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.
SUPPLY AND SMALL SERVICES BRANCH INSTRUCTION 36-ANTI-TERRORISM AND OPERATIONAL SECURITY 3 (EFFECTIVE 1 JULY 2012) iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 45 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT (does not apply) calendar days after contract award. https://www.bliss.army.mil/iWATCH/

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

Offered Product/Service description required. Contractor shall submit shop drawings complete with component type, cutsheets, and locations for review and approval prior to installation for all access control equipment.

Buy Attachment(s)

No. Document Name   Document Size
001 WAGE_Determinations_Pierce_2015-5539.pdf   307 KB
002 PWS_Install_ICIDS.pdf   371 KB