Title: CES Fire Sprinkler & Alarm Testing
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 is being issued as a request for quotation (RFQ), Project# RVKQ22-2402, and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06. This combined synopsis/solicitation is set-aside 100% for Small Business concerns. This is a full funded requirement. PSC: H912 applies to this requirement. North American Industrial Classification Standard 561621 applies to this solicitation; business size standard is $22 Mil. The Contracting Officer reserves the right to award under a different NAICS if the company would still qualify as a small business under the solicited NAICS.
Wage Determination: The Service Contract Act Wage Determination Number 2015-4147 Revision 22 effective 26 May 2022 applies to this requirement. A copy of it has been attached to this combo. The latest wage determination shall apply to any resulting contract award.
The following is needed:
CLIN 0001 - QTY. 1 JOB – Project RVKQ22-2402 - Base Year Fire Alarm and Sprinkler Testing
CLIN 1001 – QTY. 1 JOB – Project RVKQ22-2402 - Option Year 1 Fire Alarm and Sprinkler Testing
CLIN 2001 – QTY. 1 JOB – Project RVKQ22-2402 - Option Year 2 Fire Alarm and Sprinkler Testing
CLIN 3001 – QTY. 1 JOB – Project RVKQ22-2402 - Option Year 3 Fire Alarm and Sprinkler Testing
CLIN 4001 – QTY. 1 JOB – Project RVKQ22-2402 - Option Year 4 Fire Alarm and Sprinkler Testing
Base Year Period of Performance: 01 September 2022 to 31 August 2023.
Place of Performance:
Civil Engineering
2665 Johnson Street
Niagara Falls, New York 14304
****Site Visit****
Date: July 18th, 2022
Time: 10:00 AM
Location: Niagara Falls Air Reserve Station, Civil Eng Bldg 202 parking lot
Instructions: All attendees must provide the following by COB July 14, 2022: Name, Drivers license ID and State and DOB.
****Quotation instructions****
Quotes due Saturday, July 28th 2022 NLT 11:00am EST.
Set-aside Status: Small Business Set-aside.
Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well.
GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote.
All questions and quotes must be directed to 107th Contracting Office via email at:
107 Mission Support Contracting
9910 Blewett Avenue
Niagara Falls, NY 14304
107.MSG.MSC@us.af.mil
Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are required. Late quotes may be rejected at the Contracting Officer's discretion.
Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.
****Clauses and Provisions****
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.204-7 System for Award Management OCT 2018
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014
52.204-22 Alternative Line Item Proposal JAN 2017
52.204-23 Prohibition on Contracting Hardware, Software, and Services developed or provided by Kaspersky lab and other covered entities JUL 2018
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2020
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
52.211-6, Brand Name or Equal AUG 1999
52.212-4 Contract Terms and Conditions--Commercial Items OCT 2017
52.212-5 Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System—Commercial Items (Deviation 2018-O0021) (SEP 2018)
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns MAR 2020
52.219-28 Post-Award Small Business Program Representation NOV 2020
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2020
52.222-21 Prohibition of Segregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-36 Equal Opportunity for Workers With Disabilities JUN 2020
52.222-41 Service Contract Labor Standards AUG 2018
52.222-50 Combating Trafficking in Persons OCT 2020
52.222-55 Minimum Wages Under Executive Order 13658 NOV 2020
52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017
52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-1 Disputes MAY 2014
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984
52.243-1 Alt II Changes-Fixed-Price APR 1984
52.252-2 Clauses Incorporated by Reference FEB 1998
52.252-6 Authorized Deviations in Clauses NOV 2020
52.253-1 Computer Generated Forms JAN 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7003 Agency Office of the Inspector General AUG 2019
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7004 Antiterrorism Awareness Training for Contractors FEB 2019
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.211-7003 Item Unique Identification and Valuation MAR 2016
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017
252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017
252.225-7048 Export-Controlled Items (JUNE 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.247-7023 Transportation of Supplies by Sea FEB 2019
PROVISIONS & CLAUSES INCORPORATED BY FULL TEXT
52.211-16 Variation in Quantity APR 1984
(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause.
(b) The permissible variation shall be limited to:
5 Percent increase
5 Percent decrease
This increase or decrease shall apply to the total contract quantity.
(End of clause)
52.212-2 Evaluation—Commercial Products and Commercial Services NOV 2021
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
i.) Price
ii.) Conformance to the solicitation
iii.) What best meets the needs of the Government
Conformance to the solicitation and what best meets the needs of the Government are, when combined, are approximately equal, when compared to price.
(b) Options. 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.
(End of clause)
52.217-8 Option to Extend Services NOV 1999
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the contract expiration.
(End of clause)
52.217-9 Option to Extend the Term of the Contract MAR 2000
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.
(End of clause)
52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This statement is for information only. It is not a wage determination.
Employee Class Monetary Wage-Fringe Benefits
Electronics Technician (Fire Alarm Systems) – GS-0856-09 @ $27.35 Per Hour
Electronics Technician (Fire Alarm Systems) – GS-0856-11 @ $33.09 Per Hour
(End of clause)