Oregon Bids > Bid Detail

INSTALLATION OF ACCESS CONTROL SYSTEMS

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159558033119976
Posted Date: Mar 12, 2024
Due Date: Mar 27, 2024
Source: https://sam.gov/opp/f9e0998928...
Follow
INSTALLATION OF ACCESS CONTROL SYSTEMS
Active
Contract Opportunity
Notice ID
75H71324Q00045
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
INDIAN HEALTH SERVICE
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 11, 2024 09:49 pm PDT
  • Original Published Date: Feb 24, 2024 11:55 am PST
  • Updated Date Offers Due: Mar 27, 2024 11:00 am PDT
  • Original Date Offers Due: Mar 27, 2024 11:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 11, 2024
  • Original Inactive Date: Apr 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Rickreall , OR
    USA
Description View Changes

This notice is hereby amended to provide a non-mandatory organized site visit. Site Visit has been scheduled for both sites on 03/20/2024 at 10:00 AM Pacific Time at Western Oregon Service Unit and Portland Area Office 01:00 PM Pacific Time. Participants must RSVP by emailed message to richard.dandasan@ihs.gov no later than 03/18/2024 at 12:00 PM PDT. Email subject line shall read: Site Visit RSVP 75H71324Q00045, Company Name.



This is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested and a written solicitation will not be issued.



Solicitation no. 75H71324Q00045 has been issued as a Request For Quotation for a firm fixed price commercial items services contract for Installation of Physical Access Control Systems (See attached requirements document details) located at Salem/Portland, Oregon.



CLIN 00001: Phase 1 at 1 Lump Sum

CLIN 00002: Phase 2 at 1 Lump Sum



The scope of work includes (See attached requirements document). The performance period is from 180 days from the issuance on Notice to Proceed.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02 dated 01/22/2024. The provisions at 52.212-1, Instructions to Offerors – Commercial, 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services and Equipment (Nov 2021), and 52.204-26 Covered Telecommunication Equipment or Services-Representation (Oct 2020) applies to this acquisition. The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition.



Instructions/Evaluation of Quotes: The Government intends to award a contract to the responsible Quoter whose quote represents the best value to the Government. The basis for award will be best value to the Government, considering all evaluation factors. The Government will make an award to the responsible Quoter, whose quote is most advantageous to the Government, price and other factors considered. Accordingly, since it may be in the best interest of the Government to consider award to other than the lowest priced Offeror or other than the highest technically rated Offeror, the Government will use a best value approach. The Government reserves the right not to make an award as a result of this solicitation, if in the opinion of the Government, none of the submissions would provide satisfactory performance at a cost that is considered fair and reasonable and/or economically feasible. Evaluations will be based solely on the materials included in the quote. Therefore, the Respondent's initial Quote should contain the best terms. After receipt of quotes, the Government will conduct an evaluation. However, during the evaluation process, the Government may, solely at its discretion, communicate with a Quoter for clarification purposes. At any time prior to award, including upon receipt of quotes, the Government may exclude a quote from further consideration for any material failure to follow instructions. Factor One (1) Demonstrated Prior Experience and Factor Two (2) Price.



Factor 1: Demonstrated Prior Experience. The Government will assess its level of confidence that the contractor will successfully perform the requirements based on the quoter's demonstrated experience provided in response to the questions identified below. The Quoter shall submit a written submission, totaling no more than 3 pages, detailing their EXPERIENCE by addressing each of the two topics provided in this section. The Quoter shall demonstrate in the submission that it has experience providing supplies, material and equipment supporting the scope identified in the requirement in the last 12 months. The Demonstrated Prior Experience submission shall focus on phase 1 and phase 2 provided in the requirements document:



The evaluation of this factor is based on the demonstrated prior experience presented by the Quoter, and how well it aligns with the requirements in the requirements document. Quoters may provide/reference up to three (3) recent examples of demonstrated prior experience in their submission. Quoters are encouraged to submit experience performed as a prime, through teaming agreements, or as the sole sub-contractor on the relevant projects. More weight may be given to experience serving as the prime contractor, depending on the circumstances.



Each demonstrated prior experience shall include a reference from that customer (name, phone number, and email), as well as the contract or requisition number, dollar value, and time to completion. Each experience shall have been completed at least twelve (12) months prior to the release date of this solicitation.



The Government may conduct reference checks with these individuals on the Quoter's submitted experience. Please ensure the information is accurate.



Factor 2: Price

Respondent shall submit a price quote. The Government will establish a "total evaluated price" based on the items listed above. Price volumes failing to meet or comply with price quote instructions may be deemed noncompliant. Price quotation shall include all necessary supervision, management, labor, transportation, equipment, materials, shipping, any other direct incidentals costs, overhead and profit, unless the cost is expressly identified as a separately priced line item.



Affordability Statement: To assist quoters with assessing the magnitude of services to be performed during contract performance, the Government estimate that the task range from approximately $65,000.00 - $75,000.00 to meet all requirements for those CLINS. The Government may select a quoter for award with a price below, at, or exceeding the figures if it finds that offer provides the best value and funds are available.





EVALUATION PROCESS



Evaluation Factors and Methodology



All quotes shall be evaluated by the Government in accordance with the factors and criteria established above. The evaluation factors will measure the Government's confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the contract. The technical evaluation criteria to be evaluated consists of: Demonstrated Prior Experience and Price.



The Government anticipates selecting the best-suited quoter from initial responses, without engaging in exchanges with quoters.



Once the Government determines the quoter that is the best-suited (i.e., the apparent successful quoter), the Government reserves the right to communicate with only that quoter to address any remaining issues, if necessary, and finalize a purchase order with that quoter. These issues may include technical and price. If the parties cannot successfully address any remaining issues, as determined pertinent at the sole discretion of the Government, the Government reserves the right to communicate with the next best-suited quoter based on the original analysis and address any remaining issues. Once the Government has begun communications with the next best-suited quoter, no further communications with the previous quoter will be entertained until after the task order has been awarded. This process shall continue until an agreement is successfully reached and a purchase order is awarded.



Rating Scales



Rating Scale for Factor 1

The Government will assess the level of confidence that the offering firm will successfully perform all requirements regarding the Demonstrated Prior Experience.



The following explains the ratings that will be used:



Rating - Description:

High Confidence - The Government has high confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the contract with little or no Government intervention.



Some Confidence - The Government has some confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the contract with some Government intervention.



Low Confidence - The Government has low confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the contract even with Government intervention.



The government may perform a comparative evaluation (comparing contractor responses to one another) in lieu of using adjectival ratings above, to select the contractor that is best suited and provides best value, considering the evaluation factors in this solicitation.



Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items, applies to this acquisition and these clauses:



FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov. 52.202-1, Definitions (Jun 2020), 52.204-7, System for Award Management (Oct 2018), 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.222-3, Convict Labor (June 2003), 52.222-26, Equal Opportunity (Sept 2016), 52.222-35, Equal Opportunity for Veterans (Jun 2020), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) ,52.223-6, Drug-Free Workplace (May 2001), 52.224-1, Privacy Act Notification (Apr 1984), 52.224-2, Privacy Act (Apr 1984), 52.229-3, Federal, State, and Local Taxes (Feb 2013), 52.229-4, Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013), 52.232-1, Payments (Apr 1984), 52.232-8, Discounts for Prompt Payment (Feb 2002), 52.232-17, Interest (May 2014), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 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), 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3, Continuity of Services (Jan 1991).



DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES: 352.224-70, Privacy Act (Dec 2015), 352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015), 352.239-74, Electronic and Information Technology Accessibility (Dec 2015), 352.237-70, Pro-Children Act. (Dec 2015) (a)Public Law 103-227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain federally funded children's services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of: (i) kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds. (b) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children's services. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understands, and complies with the provisions of the Act. Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation. 352.232-71 Electronic submission of payment requests (IBR), 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec 2015) (a)Public Law 101-647, also known as the Crime Control Act of 1990 (Act), imposes responsibilities on certain individuals who, while engaged in a professional capacity or activity, as defined in the Act, on Federal land or in a federally-operated (or contracted) facility, learn of facts that give the individual reason to suspect that a child has suffered an incident of child abuse. (b) The Act designates "covered professionals" as those persons engaged in professions and activities in eight different categories including, but not limited to, teachers, social workers, physicians, dentists, medical residents or interns, hospital personnel and administrators, nurses, health care practitioners, chiropractors, osteopaths, pharmacists, optometrists, podiatrists, emergency medical technicians, ambulance drivers, alcohol or drug treatment personnel, psychologists, psychiatrists, mental health professionals, child care workers and administrators, and commercial film and photo processors. The Act defines the term "child abuse' as the physical or mental injury, sexual abuse or exploitation, or negligent treatment of a child. (c) Accordingly, any person engaged in a covered profession or activity under an HHS contract or subcontract, regardless of the purpose of the contract or subcontract, shall immediately report a suspected child abuse incident in accordance with the provisions of the Act. If a child is suspected of being harmed, the appropriate State Child Abuse Hotline, local child protective services (CPS), or law enforcement agency shall be contacted. For more information about where and how to file a report, the Childhelp USA, National Child Abuse Hotline (1-800-4-A-CHILD) shall be called. Any covered professional failing to make a timely report of such incident shall be guilty of a Class B misdemeanor. (d) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all applicable subcontracts awarded under this contract. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understands, and complies with the provisions of the Act. 352.237-72 Crime Control Act of 1990-Requirement for Background Checks (Dec 2015) (a) Public Law 101-647, also known as the Crime Control Act of 1990 (Act), requires that all individuals involved with the provision of child care services to children under the age of 18 undergo a criminal background check. "Child care services" include, but are not limited to, social services, health and mental health care, child (day) care, education (whether or not directly involved in teaching), and rehabilitative programs. Any conviction for a sex crime, an offense involving a child victim, or a drug felony, may be grounds for denying employment or for dismissal of an employee providing any of the services listed above. (b) The Contracting Officer will provide the necessary information to the Contractor regarding the process for obtaining the background check. The Contractor may hire a staff person provisionally prior to the completion of a background check, if at all times prior to the receipt of the background check during which children are in the care of the newly-hired person, the person is within the sight and under the supervision of a previously investigated staff person. (c) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all applicable subcontracts awarded under this contract. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understands, and complies with the provisions of the Act. 352.237-75 Key Personnel (Dec 2015) The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract (including, when applicable, Human Subjects Testing requirements). If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days’ notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) The Indian Health Service (IHS) is required to comply with HIPAA in the provision of health care to IHS patients. HIPAA was implemented by the U.S. Department of Health and Human Services, Office of Civil Rights, under the Code of Federal Regulations, Part 160 and 164. Accordingly, all health care providers, including contracted health care providers are required to comply with HIPAA requirements (Full text will be furnished upon request).



This requirement is set-aside for INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE. The NAICS code is 561621 and the small business size standard is $25 Million.





ATTACHMENTS:

ATTACHMETN 1 – STATEMENT OF WORK

ATTACHMENT 2 – WAGE DETERMINATION

ATTACHMENT 3 – FLOOR PLAN



Quotes are due by the date and time provided in this notice to be submitted email to richard.dandasan@ihs.gov. Please use the same e-mail address for questions and shall include the solicitation number “75H71324Q00045, Vendor Name” in the subject line of your electronic message.






Attachments/Links
Contact Information
Contracting Office Address
  • 1414 N.W. NORTHRUP STREET SUITE 800
  • PORTLAND , OR 97209
  • 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 >