Texas Bids > Bid Detail

Duress Alarm

Agency:
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159315566361929
Posted Date: Sep 27, 2023
Due Date: Sep 29, 2023
Source: https://sam.gov/opp/b0c72afd9a...
Follow
Duress Alarm
Active
Contract Opportunity
Notice ID
FA301623U0353
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR EDUCATION AND TRAINING COMMAND
Sub Command
JOINT BASE SAN ANTONIO
Office
FA3016 502 CONS CL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Sep 27, 2023 03:53 pm CDT
  • Original Published Date: Sep 27, 2023 09:36 am CDT
  • Updated Date Offers Due: Sep 29, 2023 03:00 pm CDT
  • Original Date Offers Due: Sep 27, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 14, 2023
  • Original Inactive Date: Oct 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    JBSA Lackland , TX 78236
    USA
Description View Changes

Request For Quote FA301623U0353: This is combined synopsis/solicitation for commercial items, competitive requirement, in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6. This solicitation is issued as a Request for Quote (RFQ), for the purchase of Duress Alarm, Brand name.



This RFQ is not to be construed as a commitment by the United States Air Force. The Government reserves the right to cancel this RFQ any time before contract award. The Government is not liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the quoter and will not be charged to Government for reimbursement. To be considered for award by the Government, Quoters must adhere to the quotation requirements and respective evaluation factors set herein.



It is each quoter’s responsibility to ensure their quote and all data is complete and in accordance with the RFQ. The Government assumes no responsibility for late or incomplete responses to the RFQ. Late responses will not be considered for award.



ADDENDUM TO 52.212-1 -- Instructions to Offerors -- Commercial Items FAR 52.212-1 is hereby tailored follows:



(a) The NAICS code for this acquisition is 561621 – Security Systems Services (except Locksmiths), size standard is $25,000,000.00 annual.



(b) Submission of Offers: The Government intends to make award based on the initial quote submissions without conducting interchanges. Therefore, each quote should contain the quoter’s best terms.



PART I, QUOTE/PRICE:



(a) Quoters Information: Please provide the information below:



Discount terms (payment terms such as Net 30):



Company Name:



POC / address of offeror:



E-mail Address:



Telephone #:



Tax ID #:



Required CAGE Code:



Required facility code = DUNS:



Signature:



Name / title of person authorized to sign offer:



Offer date:



Do you have capacity to invoice electronically through WAWF? (Yes/No)



(b) Description: Technical description includes Brand name, one Intrusion Detection Systems (IDS). Honeywell Vindicator certified and perform the following services for the installation in a phased process, with Vindicator certified alarm components and associated equipment.




  1. Install Vindicator 1500 or Vindicator V5.

  2. Install Vindicator Keypad for entry into (Building number and room number).

  3. Install (x) Balanced Magnetic Switch(s) (BMS) and (x)Passive Infrared sensor(s) (PIR) at each access point.

  4. Install battery backup lasting no less than 4 hours.

  5. Label wiring before and after penetration of perimeter walls of alarmed areas.

  6. Install all electrical support requirement for equipment that is not already available. Install dedicate electrical and communication lines from point of debark. Attachment #1 Date: 24 Feb 2023 Page 2 of 5

  7. Remove all previous installed components that are identified as unnecessary.

  8. Coordinate all programming of the Vindicator system and map of the area(s) with 802 SFS/ESS. All alarm programming at the headend will be conducted by 802 SFS/ESS in coordination with contactor at Building #1030

  9. Provide an area drawing that shows all designated alarm points that will be programmed into the base alarm system; this will be reviewed by 802 SFS/Resource Protection and the 802 SFS/ESS during material submittals.

  10. Provide a complete list of alarm devices to 802 SFS/Resource Protection and 802 SFS/ESS which will be reviewed during the material submittals. To include make, model, serial number and part number.

  11. Coordinate with 802 SFS/ESS for Vindicator alarm point numbers for programming after installation is complete; this will also be provided to 802 SFS/ESS as a hard copy and electronic copy.

  12. After installation but before alarm programming, 802 SFS/ESS will conduct an inspection of the installed parts.

  13. Ensure each alarm device will have its own alarm point.

  14. Provide a plan for a Vindicator certified technician to conduct warranty response within 24 hours from a call requesting warranty support.

  15. Ensure all IDS data transmission lines shall be protected with a National Institute of Standards and Testing (NIST) certified Advanced Encryption Standard (AES) encryption.

  16. Coordinate with the 802 SFS/ESS on the installation of mounted alarm boxes and fiber cables/Copper pairs prior to installation, or when within 80 percent of completion to ensure correct placement of equipment.



(c) Price and Discounts:



CLIN Model Delivery Date QTY Unit Cost Amount



0001 Honeywell Vindicator 1 JOB



NOTE: Quoters shall submit as part of their quote a breakdown of the quoted price, all technical documentation showing the SON’s salient characteristics and delivery dates. See Attachment 1. Bid schedule.



(d) Terms and Conditions: The Quoter agrees with all terms, conditions, and provisions included in the solicitation. See Attachment 3. Clause & Provisions. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.



(e) Hold Quote/Price: The offeror agrees to hold the price in its quote firm for 90 calendar days from the date specified for receipt of Quoters.



PART II. TECHNICAL QUOTE:



Evaluation- Commercial: The Government will award a contract resulting from this RFQ to the responsible Quoter whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. Quoter qualification and responsibility will be based on FAR part 9. The following factors shall be used to evaluate offers:



Technical Evaluation: Quoter’s shall provide sufficient information, as required below to allow the Government to evaluate the Quoter’s technical capability to provide the Duress Alarm, Brand Name as required by this RFQ. Quoter’s technical quote must address the following technical evaluation sub factors:



Sub Factor 1 – Ability to provide the Honeywell Vindicator, Brand name: Quoter shall provide documentation demonstrating the ability to successfully provide the Duress Alarm per Sons’ salient characteristic.




  • Submit detailed technical documentation describing the SONs salient characteristic. The Government Technical Evaluator must be able to evaluate based on the technical documents provided in the Quote and be found technically acceptable to be considered for award. Those quotes found unacceptable will not be considered for award.



Sub Factor 2 – Ability to Quickly Deliver the Intrusion Detection System, Brand name: The Quoter shall provide a delivery schedule on when they will deliver the Honeywell Vindicator.




  • Submit a schedule of delivery, describing delivery dates for the Intrusion Detection System, Brand name. The Government Technical Evaluator must be able to review the delivery schedule provided in the Quote and be found technically acceptable to be considered for award.



(f) Contract Award: The Government intends to evaluate offers and award a contract without interchanges with offerors. Therefore, the Quoter’s initial quote should contain the Quoter’s best terms from a quote and technical standpoint. However, the Government reserves the right to conduct interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in Quotes received. Award shall be made to the Quoter who is technically acceptable, has the lowest total evaluated quote (TEQ), has acceptable delivery, and is deemed responsible IAW FAR Part 9.



(End of Addendum to 52.212-1)



CLAUSES INCORPORATED BY FULL TEXT



FAR 52.212-2, Evaluation - Commercial Items, and addendums apply to this acquisition.



ADDENDUM TO 52.212-2, Evaluation – Commercial Items



FAR 52.212-2 is hereby tailored as follows:



(a) Basis for Contract Award. The Government intends to award one Firm Fixed contract for this competitive 100% Set-Aside to Small Business. The RFQ requirements include all stated terms, conditions, representations, certifications, and all other information required by this RFQ. Unless specifically identified in your quote, by submission of its Quoter, the Quoter accedes to all RFQ requirements, including terms and conditions, representations and certifications and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in a quote being determined ineligible for award. It is the Government’s intent to evaluate quote and award a contract IAW FAR 13.106.



Award shall be made to the Quoter who is technically acceptable, has the lowest total evaluated price (TEP), and is deemed responsible IAW FAR Part 9.



FAR Part 15 based evaluations will NOT be used for this RFQ. The initial quote should contain your best terms; however, the Government reserves the right to conduct interchanges if determined necessary by the Contracting Officer to resolve issues such as technical or price, or deal with contract documentation including any other matter in the evaluation process. The contracting officer reserves the right to award a contract without the opportunity to revise quotes.



Evaluation Factors and Subfactors



The following evaluation factors and subfactors will be used to evaluate each quote. The Government will evaluate quote for acceptability but will not rank the quote by the non-price factors or subfactors. If the Government receives fewer than three (3) initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so. If additional quotes are evaluated for technical acceptability they will be selected in the order of total evaluated price. A Quoter’s TEP will be determined by multiplying all unit prices by the quantities in the bid schedule and adding all prices. The Government will utilize FAR 13.106 to determine the price fair and reasonableness.



A. PART 1: QUOTED PRICE



Quoters whose price is determined to be unreasonable or unbalanced may not be considered for award. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more-line items is significantly over or understated as indicated by the application of cost or price analysis techniques.



The quoters price will be evaluated for award purposes, based upon the total evaluated price explained in the Evaluation Factors and Subfactors above.



B. PART II – TECHNICAL ACCEPTABILITY: Next, the government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable, or Unacceptable. The proposals shall be evaluated against the following sub factors:



Sub Factor 1 –Ability to provide the Honeywell Vindicator, Brand Name.



Sub Factor 2 –Ability to Quickly Deliver the Intrusion Detection System, Brand name.



A Quoter must be rated “acceptable” in all factors and sub-factors in order to be eligible for award. An “unacceptable” rating in any factor or sub-factor will result in the overall technical proposal being rated “unacceptable” and the proposal will therefore be ineligible for award. The Government will utilize the information provided by the Quoter in making a technical acceptability determination. If an Quoter’s technical quote is determined to be Technically Unacceptable, no further evaluation will be conducted. Quoters determined to be technically unacceptable may be eliminated from consideration for contract award.



The technical evaluation factors upon which a Quoter’s technical quote will be evaluated and the respective Standard of Acceptability for each of the technical evaluation factors are set forth below. The following adjectival ratings and rating definitions will be used to assign a rating for each technical factor and an overall rating to each technical quote.



Technical Criteria Ratings



Rating Definition



Acceptable Quote meets the requirements and indicates the ability to provide the Duress Alarms Brand named, and delivery within an acceptable delivery date.



Unacceptable Proposal does not meet requirements of the request for quote and contains one or more deficiencies; quote is un-awardable.



Overall technical acceptability will be evaluated against the following sub factors:



(i) Sub Factor 1: Ability to provide the Honeywell Vindicator, Brand name – Quoters will be evaluated to the extent to which they provide technical documentation demonstrating an ability to successfully provide the Duress Alarms Brand named.



Standard of Acceptability: The quoter provides detailed technical documentation that demonstrates their ability to successfully provide Duress Alarms Brand Name, in accordance with the SON’s salient characteristics.



(ii) Sub Factor 2: Ability to Quickly Deliver the Intrusion Detection System, Brand name – Quoters will be evaluated to the extent to which they provide documentation demonstrating an ability to successfully provide the Duress Alarms Brand Name, within 60 days or sooner.



Standard of Acceptability: The offer’s response provides sufficient information for the Government to determine the offeror will be able to provide the in accordance with the SON’s salient characteristics delivery.



The RFQ close date is 12:00 PM, Central Standard Time (CST), 28 September 2023. Quotes are to be sent electronically to the point of contracts listed.



QUESTIONS are due no later than 12:00 PM CST on 25 September 2023. Independent consultation with Government Officials concerning the requirements is prohibited since evaluation of quotations will be based on the requirements stated in this RFQ. Industry generated questions regarding the technical requirements, design, coordination, and/or the interpretation of RFQ requirements during the solicitation phase shall be written and directed to the Contract Specialist, Lloyd Wiltz at lloyd.wiltz@us.af.mil, and courtesy copy the Contracting Officer, (CO) Audra Novatnak at audra.novatnak.1@us.af.mil.



Interchanges



Interchanges can be informal or formal. The CO may use e-mail, send an Interchange Notice (IN) or phone call, etc., asking for clarifications, change pages, revisions, or other documentation. The Government may conduct interchanges with one, some, none, or all offerors at its discretion. A competitive range determination is not required to enter into interchanges and Final Proposal Revisions will not be required.



Only proposals rated technically acceptable, either initially or as a result of interchanges, will be eligible for award. Offerors are advised that FAR Part 15 procedures will not be used to evaluate offers.



(End of Addendum to 52.212-2)



(x) Offerors are required to include in their proposal a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, and addendum applies to this acquisition.



(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, (DEVIATION 2018-O0021) (SEP 2018) applies to this acquisition.



Due Dates:



Document Due Date



Questions Due 12:00 PM/ 28 September 2023



Quote Due 3:00 PM/ 29 September 2023





Contracting Points of Contact:



Lloyd Wiltz, Contract Specialist, lloyd.wiltz@us.af.mil



Audra Novatnak, Contracting Officer, audra.novatnak.1@us.af.mil



Attachments:




  1. Bid Schedule

  2. SOW (Salient Characteristics)

  3. Clause & Provisions


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 210-671-3617 1655 SELFRIDGE AVE BLDG 5450
  • JBSA LACKLAND , TX 78236-5286
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >