HQ0423-22-R-0006
REQUEST FOR QUOTE (RFQ)
ACS Removal Services
Title of requirement: Access Control System (ACS) Removal Services for Defense Finance and Accounting Service Rome (DFAS-IN)
This is a combined synopsis/solicitation (RFQ) for the acquisition of Access Control System (ACS) removal services for Defense Finance and Accounting Service Indianapolis, IN (DFAS-IN) 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; quotations are being requested and a written solicitation will not be issued. This will be full and open for all vendors. NAICS code for this announcement is 561621 with small business size standard of $22 million.
Reference No.: KOAIN22RI935
SOLICITATION CLOSING DATE: All quotes must be received by the closing date/time on December 7, 2021 at 1:00 PM eastern. Preferred delivery method for submission of your quote is via email: anthony.m.svab2.civ@mail.mil. Quotes shall include at a minimum, in addition to the items listed in the section “BASIS for AWARD” below, the following:
- Unit pricing per line item as shown on the separately attached schedule of items table;
- Vendor Contact Name, Phone Number and Email Address
- Company Cage Code and DUNS Number
- Tax Identification Number
- Business Size: Small/Large/Other: _______________
- Place of Manufacture
Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information.
Attached Documents: Statement of Work (SOW), Schedule of Items, and Full Text (Clauses and Provisions).
Issued by:
Point of Contact: Anthony Svab
DFAS Contract Services Directorate
3990 E Broad Street
Bldg. 21
Columbus, OH 43213-1152
Phone: 614-701-4283
Email address: anthony.m.svab2.civ@mail.mil
Contract Type: Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award.
REQUIRED: Page 1-2 of the document “Full Text” must be completed by the vendor and sent in with that vendor’s quote. Failure to complete the necessary representations of these two (2) provisions will result in that vendor’s quote NOT be considered for award.
Description of Requirement: The contractor shall remove twenty-four (24) access control systems from doors around the building along with their cabling, power supplies/batteried, and their programming in the Lenel system. Each door specified below is located at DFAS-IN's 8899 E 56th Street location. In additional, the vendor shall also remove access control systems from a Lenel Closet Panel, as well as remove the door contacts for a door.
A licensed Lenel Systems Contractor must perform this system removal. The ACS Removal services will be conducted on an existing Lenel OnGuard System.
Contractor’s quote must state that they have the necessary Lenel certification or that contractor’s quote will be removed from consideration.
Please refer to Statement of Work (SOW) for more details.
SITE VISIT: Due to the need for the vendor to see the necessary components required at this location, in order for a vendor to be considered for award, a site visit will be MANDATORY. The site visit will be held on November 30, 2021 and 9:00 AM (eastern). Failure to attend the site visit will result in the removal of your company’s quote from consideration. All costs associated with the site visit will be at the vendor’s expense. Due to the ongoing COVID-19 pandemic, masks will be required for the site visit. Interested vendors need to contact Phillip Hirman at 317-212-1119 or at phillip.m.hirman.civ@mail.mil to sign up for the site visit. This should be the ONLY contact made to this individual for the purposes of this RFQ.
Warranties: The contractor shall provide all services associated with manufactures Lifetime Limited warranty to include shipping and all other fees within the first 90 days.
Place of Performance, Inspection, and Acceptance: Services shall be completed no more than 30 days from the date of Award. Address for Performance:
DFAS Indianapolis:
DFAS-IN Force Protection
8899 East 56th Street
Indianapolis, IN 46249
POC: Phillip Hirman, 317-212-1119
List any Acceptance Criteria: All or none basis.
Conformance to SOW: You must provide the services in accordance with the Statement of Work. Unless an exception is specifically noted within your quote, your quote will be considered to be in complete conformance to the solicited requirements.
BASIS FOR SELECTION: The Government will award a single contract to the Contractor whose quote is determined to be best price.
Cost of Quotes: Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government.
Invoicing and Payment: Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow. It is the Contractor’s responsibility to register in the WAWF system in order to insure prompt payment. Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment.
Contracting Officer’s Representative (COR): The COR will act as the on-site, technical point-of-contact for the Government during execution of this contract. The COR’s authority is limited to technical issues and is not authorized to make contractual decisions. The COR will monitor performance, funding and payment requirements. An alternate, will be assigned if the designated COR is unavailable. COR will be provided upon award of any resultant contract.
Applicable Provisions and Clauses: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far.
Provisions by Reference:
52.204-7
System for Award Management
OCT 2018
52.204-16
Commercial and Government Entity Code Reporting
AUG 2020
52.209-11
Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FEB 2016
52.212-1
Instructions to Offerors – Commercial Items
JUN 2020
52.212-3
Offeror Representations and Certifications—Commercial Items
FEB 2021
252.203-7005
Representation Relating to Compensation of Former DoD Officials
NOV 2011
252.204-7008
Compliance Safeguarding Covered Defense Information Controls
OCT 2016
252.204-7019
Notice of NIST SO 800-171 DoD Assessment Requirements
NOV 2020
Clauses By Reference:
52.204-18
Commercial and Government Entity Code Maintenance
AUG 2020
52.204-19
Incorporation by Reference of Representation and Certifications
DEC 2014
52.211-17
Delivery of Excess Quantities
SEPT 1989
52.212-4
Contract Terms and Conditions – Commercial Items
OCT 2018
52.232-39
Unenforceability of Unauthorized Obligations
JUN 2013
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
DEC 2013
52.233-4
Applicable Law for Breach of Contract Claim
OCT 2004
52.253-1
Computer Generated Forms
JAN 1991
252.201-7000
Contracting Officer’s Representative
DEC 1991
252.203-7000
Requirements Relating to Compensation of Former DoD Officials
SEP 2011
252.204-7012
Safeguarding of Unclassified Controlled Technical Information
DEC 2019
252.204-7015
Notice of Authorized Disclosure of Information to Litigation Support Contractors
MAY 2016
252.204-7020
NIST SP 800-171 DoD Assessment Requirements
NOV 2020
252.223-7999
Ensuring Adequate COVID-19 Safety Protocols for Federal
Contractors (Deviation 2021-O0009)
OCT 2021
252.225-7001
Buy American and Balance of Payments Program
DEC 2017
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
252.244-7000
Subcontracts for Commercial Items
JAN 2021
252.247-7023
Transportation of Supplies by Sea – Basic
FEB 2019
Incorporated by Full Text: The following provisions and clauses in full text have been separately attached:
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
52.204-26
Covered Telecommunications Equipment or Services – Representation
OCT 2020
52.212-5
Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items
JAN 2021
52.252-1
Solicitation Provisions Incorporated by Reference
FEB 1998
52.252-2
Clauses Incorporated by Reference
FEB 1998
QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: All questions and inquiries concerning any aspect of this requirement must be submitted in writing to anthony.m.svab2.civ@mail.mil. Telephone requests will not be honored. The Government’s response to inquiries will be made in writing. Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment. Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.
PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.