Federal Bid

Last Updated on 28 Jul 2021 at 7 PM
Combined Synopsis/Solicitation
Newport Rhode island

LENEL-Certified Security System Services & Hardware

Solicitation ID N66604-21-R-0258
Posted Date 28 Jul 2021 at 7 PM
Archive Date 28 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nuwc Div Newport
Agency Department Of Defense
Location Newport Rhode island United states 02841

AMENDMENT TWO: 

The purpose of Amendment Two is to answer industry questions (see Attachment 11 for full list of questions and answers). 

AMENDMENT ONE: 

The purpose of Amendment One is to answer industry questions (see Attachment 11 for details).  In addition, the Government has modified the Statement of Work (SOW) to reference the correct SOW Section for places of performance within SOW Section 8.3 (See Attachment 1).  

The Naval Undersea Warfare Center Division, Newport (NUWDIVNPT) intends to award a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract on an unrestricted basis using FAR 13 procedures.

The North American Industry Classification System (NAICS) Code for this acquisition is 561621 – ‘Security Systems Services (except Locksmith)’. The Small Business Size Standard is $22M.

NUWCDIVNPT Code 105 requires installation, maintenance, and repair of LENEL Electronic Security Systems (ESS) and Intrusion Detection Systems (IDS) used at NUWCDIVNPT and its detachments in accordance with the Statement of Work, Attachment 1.  This requirement is restricted to LENEL-Certified offerors only.  A list of Contract Line Item Numbers (CLINs) including quantities and units of measure are included in Attachment 2 to this combined notice.  Offerors shall submit offers in accordance with Attachment 4, Section L.  The anticipated Ordering Period is from 30 September 2021 through 29 September 2026.   

The Government will award a FFP purchase order resulting from this solicitation to the responsible offeror using a best value, trade off source selection process. Award will be made to the responsible Offeror meeting all requirements of the solicitation and whose proposal contains the combination of those factors offering the best overall value to the Government.  The best overall value to the Government will be determined by comparing the difference in value of technical (non-price) features of proposals with the difference in price to the Government.  The following factors will be considered in determining the best value:

  1. Technical Capability
  2. Past Performance
  3. Price

Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.

The below provisions apply to this solicitation:

  • FAR 52.204-24, “Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment”
  • FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law”
  • FAR 52.212-1, “Instructions to Offerors – Commercial Items”
  • FAR 52.212-2 “Evaluation – Commercial Items”
  • FAR 52.212-3, “Offeror Representations and Certifications – Commercial Items”
  • FAR 52.225-25, “Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications”
  • 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
  • DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors”
  • DFARS 252.204-7019 “Notice of NIST SP 800-171 DoD Assessment Requirements”

The below clauses apply to this solicitation:

  • FAR 52.204-19, “Incorporation by Reference of Representations and Certifications”
  • FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”
  • 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”
  • FAR 52.233-4 “Applicable Law for Breach of Contract Claim”
  • DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information”
  • DFARS 252.204-7012 “Safeguarding Covered Defense Information and Cyber Incident Reporting”
  • DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support”
  • DFARS 252.204-7020, “Notice of NIST SP 800-171 DoD Assessment Requirements”  
  • DFARS 252.211-7003, “Item Identification and Valuation”
  • DFARS 252.246-7008, “Sources of Electronic Parts”

Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far.

Payment will be made via Wide Area Work Flow (WAWF).

Additional terms and conditions:

Defense Priorities and Allocations System (DPAS) rating is DO-C9.

In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more and payment will be made via Wide Area Workflow (WAWF).

This request for quote requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

The offeror shall include price and the following additional information with its submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.

The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.

The Government has determined that this procurement is an exception to the Information and Communication Technology (ICT) Accessibility Standards IAW FAR 39.204(b).   

  • Exception #1: National Security for LENEL OnGuard 7.0 (DADMS approved) Electronic Security & Intrusion Detection Systems.

Offers shall be submitted via electronic submission to Jeff Champlin at [email protected] by 2:00 p.m. (EST) on 13 August 2021.

Attachments:

Attachment 1: Statement of Work (as amender per Amendment One)

Attachment 2: Section B – CLIN Schedule Pricing (Descriptions, Quantities & Units)

Attachment 3: LENEL System Hardware & Material Price Listing

Attachment 4: Section L – Instructions to Offerors

Attachment 5: Section M – Evaluation Factors for Award

Attachment 6: Government Furnished Property Made Available

Attachment 7: DD Form 254 – DoD Security Classification Specification

Attachment 8: SCA Labor Category Schedule

Attachment 9: Exhibit A, DD Form 1423, Contracts Data Requirement Lists

Attachment 10: 52.204-24 Representation

Attachment 11: Amendment One - Questions & Answers

Bid Protests Not Available

Similar Past Bids

Newport Rhode island 27 Jul 2021 at 5 PM
Newport Rhode island 13 Jul 2021 at 6 PM
Vienna Virginia 16 Aug 2021 at 3 PM
Vienna Virginia 20 Aug 2021 at 12 PM

Similar Opportunities