Colorado Bids > Bid Detail

36C78624Q50019|FT Logan Security Monitoring -- 6350

Agency:
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159989959922970
Posted Date: Oct 31, 2023
Due Date: Nov 10, 2023
Source: https://sam.gov/opp/74c71b9b8c...
Follow
36C78624Q50019|FT Logan Security Monitoring -- 6350
Active
Contract Opportunity
Notice ID
QSE--36C78624Q50019
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NATIONAL CEMETERY ADMIN (36C786)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 31, 2023 11:38 am EDT
  • Original Published Date: Oct 31, 2023 11:37 am EDT
  • Updated Date Offers Due: Nov 10, 2023 10:00 am EST
  • Original Date Offers Due: Nov 10, 2023 10:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 26, 2023
  • Original Inactive Date: Dec 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    DEPT OF VETERANS AFFAIRS; FT LOGAN NATIONAL CEMETERY Denver , CO 80235
    USA
Description
36C78624Q50019|FT Logan Security Monitoring -- 6350
Security monitoring for Station 888. Copy of IGCE and statement of work attached. Initial contract of base plus 4 option year required.
subject to FY24 funds availability
RFQ FOR COMMERCIAL ITEMS.

Solicitation Type: 100% Set Aside - SDVOSB
Period of Performance: Date of Award – 365 days plus (4) one-year options if exercised.

Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration (NCA), Contract Services
18434 Joplin Road
Triangle, VA 22172
Delivery

Provide Fire & Security Alarm System Monitoring, including monthly reporting and annual testing at the Fort Logan National Cemetery, 4400 W. Kenyon Avenue, Denver, CO 80235

1.        Site Visit: Offerors or quoters are Urged & Expected to inspect the equipment on which preventive maintenance services are to be performed, and to satisfy themselves regarding the overall condition of the equipment that may affect the cost of contract performance. In no event shall failure to inspect the equipment constitute grounds for a claim after contract award. If you are planning to conduct an inspection of the equipment, YOU MUST CONTACT the following VA Cemetery Personnel to make arrangements:

Roderick Thomas, Director – Fort Logan National Cemetery.         (303) 761-0117
Edward Brener, Asst Director – Fort Logan National Cemetery
Hugo Gutierrez, Asst Director – Fort Logan National Cemetery

Responses to this RFQ are due to the Contracting Officer no later than 10:00 am EDT on 11/10/2023. Responses to this announcement will result in a Firm-Fixed Price Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at www.sam.gov

All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (2) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone.

Quotes must be submitted on company letterhead. Commercial format is encouraged. All quotes shall include the following information as part of their submission:
• Legal Business/Company Name (as listed in www.sam.gov)
• Unique Entity ID (UEI)
• Point of Contact
• Telephone number
• Email Address
-Pricing shall be submitted as requested in the Schedule of Supplies/Services – Attachment A
-Technical Package
-List of References

Quotes shall be submitted via email to the following address:
Email: Baron.Toms@va.gov

Electronic submissions shall be in either Microsoft Word or Adobe pdf platforms. Compressed files and/or Zip files will be rated as technically unacceptable and removed from consideration.

Evaluation Process:
The Government intends to award a firm fixed price contract, resulting from this solicitation to the responsible contractor using simplified acquisition procedures in accordance with FAR 13.106-2 (b)(1).
Quotes will be evaluated to determine the lowest price technically acceptable (LPTA) in accordance with FAR 15.101-2.
The following factors shall be used to evaluate quotes:
Pricing: The total sum of all CLINs for the base and four options, will represent the total evaluated price.
1. Proposed price must be determined to be fair and reasonable in order to be eligible for award in terms of reasonableness and realism using any or all of the methods listed below.
1. Comparison of proposed prices received in response to the solicitation.
2. Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements.
3. Comparison of proposed prices with independent Government cost estimate.
4. Comparison of proposed prices with prices obtained through market research for the same or similar items.
Contractors are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Quotes that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government.

2. Technical Acceptability
1) List of proposed supplies and/or suppliers that meet the material specifications in accordance with the statement of Work.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CENTRALIZED CONTRACTING DIVISION 5105 RUSSELL ROAD
  • QUANTICO , VA 22134
  • 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 >