To place a bid or register go to Unison Marketplace

View Details for Buy # 1082252_02

View Other Versions: 1082252  1082252_01  1082252_03 

General Buy Information

Buy #: 1082252_02  
Solicitation #: W9115121R0028_1
Buy Description: RFQ - Locks and Alarm Maintenance Services
Category: J -- Maintenance, Repair, and Rebuilding of Equipment
Sub Category: J063 -- MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
NAICS: 561622 -- Locksmiths
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC Fort Cavazos
End Date: 09/17/2021
End Time: 17:00 ET
Seller Question Deadline: 9/16/2021 - 11:00 ET
Delivery: Period of Performance - See below
Repost Reason: Amended paragraph 5 of the PWS to put a limit on the maximum number of emergency service calls per year. Updated the Quantity and Unit information from 1 Job to 12 Months.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

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) Base

Base Period of Performance: 09/25/2021 - 09/24/2022
Item No Description Qty Unit
001 Service inspection of Locks. Please read PWS for additional information. 12 MONTHS
002 Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information. 12 MONTHS
003 Service inspection of six (6) gates. Please read PWS for additional information. 12 MONTHS
004 Lubrication of gate chains. Please read PWS for additional information. 12 MONTHS
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

Line Item(s) Option 1

Option 1 Period of Performance: 09/25/2022 - 09/24/2023
Item No Description Qty Unit
001 Service inspection of Locks. Please read PWS for additional information. 12 MONTHS
002 Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information. 12 MONTHS
003 Service inspection of six (6) gates. Please read PWS for additional information. 12 MONTHS
004 Lubrication of gate chains. Please read PWS for additional information. 12 MONTHS
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

Line Item(s) Option 2

Option 2 Period of Performance: 09/25/2023 - 09/24/2024
Item No Description Qty Unit
001 Service inspection of Locks. Please read PWS for additional information. 12 MONTHS
002 Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information. 12 MONTHS
003 Service inspection of six (6) gates. Please read PWS for additional information. 12 MONTHS
004 Lubrication of gate chains. Please read PWS for additional information. 12 MONTHS
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

Line Item(s) Option 3

Option 3 Period of Performance: 09/25/2024 - 09/24/2025
Item No Description Qty Unit
001 Service inspection of Locks. Please read PWS for additional information. 12 MONTHS
002 Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information. 12 MONTHS
003 Service inspection of six (6) gates. Please read PWS for additional information. 12 MONTHS
004 Lubrication of gate chains. Please read PWS for additional information. 12 MONTHS
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

Line Item(s) Option 4

Option 4 Period of Performance: 09/25/2025 - 09/24/2026
Item No Description Qty Unit
001 Service inspection of Locks. Please read PWS for additional information. 12 MONTHS
002 Diagnostics of faulty equipment and repairs or replacements. Please read PWS for additional information. 12 MONTHS
003 Service inspection of six (6) gates. Please read PWS for additional information. 12 MONTHS
004 Lubrication of gate chains. Please read PWS for additional information. 12 MONTHS
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

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.
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.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.)
Base:09/25/2021 - 09/24/2022
Option 1:09/25/2022 - 09/24/2023
Option 2:09/25/2023 - 09/24/2024
Option 3:09/25/2024 - 09/24/2025
Option 4:09/25/2025 - 09/24/2026

Buy Terms

Name Description
ATTENTION OFFERORS!! 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.
ACKNOWLEDGEMENT OF RE-POSTINGS (AMENDENTS) REQUIRED The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.
NAICS CODE 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.”
PROTESTING Unison Marketplace BUYS 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: usarmy.redstone.usamc.mbx.protests@mail.mil. 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.
Commercial Items Terms and Conditions 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/.
Addendum to FAR Clause 52.212-4(a) Inspection/Acceptance 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.
SAM Requirement 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.
SPECIAL FORT HOOD INSTRUCTION-QUOTE CLARIFICATIONS 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.
Equipment (Supply) requirement New equipment ONLY, NO remanufactured products
Shipping Condition FOB Destination CONUS (CONtinental U.S.)
Period of Acceptance of Offers Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
Applicable Additional Provisions and Clauses 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.

Shipping Information

City State   Zip Code
Fort Bragg NC   28310

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information: You can add frequency of inspections and number of diagnostics/repairs per year to your quote .

Buy Attachment(s)

No. Document Name   Document Size
001 PWS_Locks_and_Alarm_Services_Amended_20210913.pdf   133 KB
002 PWS_Locks_and_Alarm_Services_Amended_20210914.pdf   133 KB
003 Questions_Answers-Solicitation_W115121R0028_Unison_Buy_1082252.pdf   79 KB
004 Performance_Work_Statement_PWS.pdf   133 KB