Fire Alarm System Upgrade - Pine Bluff Arsenal
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159688563681767 |
Posted Date: | Aug 14, 2023 |
Due Date: | Sep 18, 2023 |
Solicitation No: | W519TC-23-B-2002 |
Source: | https://sam.gov/opp/bef9786bdd... |
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.
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Aug 14, 2023 08:56 am CDT
- Original Date Offers Due: Sep 18, 2023 01:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 03, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
-
NAICS Code:
- 561621 - Security Systems Services (except Locksmiths)
-
Place of Performance:
AR 71602USA
The U.S. Army Contracting Command – Rock Island (ACC-RI) issues Invitation for Bid (IFB) W519TC-23-B-2002
for a fire alarm system upgrade at building 44-110 located on Pine Bluff Arsenal in accordance with current NFPA
(National Fire Protection Association) and UFC (United Facilities Criteria) guidance. The requirement shall be
completed in accordance with and meet all requirements of the Statement of Work (SOW), and the specifications
contained in this solicitation.
This IFB is issued as full and open competition. The Government intends to award a single Firm-Fixed-Price (FFP)
Contract. This IFB is issued using the Two-Step Sealed Bidding Method in accordance with Federal Acquisition
Regulation (FAR) part 14.503. See “Instructions to Bidders” for Technical Requirements and Evaluation Criteria.
The corresponding NAICS code is 561621; the small business size standard is $25,000,000.00; and the Product
Service Code (PSC) is 6350.
The magnitude for this construction requirement is between $250,000.00 to $500,000.00.
Vendor will perform work required under this solicitation via FOB Destination at Pine Bluff Arsenal, postal address:
10020 Kabruch Circle
Pine Bluff, Arkansas
71602-9500
A site visit will be scheduled within 15 days of the release of this IFB. All interested contractors are encouraged to
attend the site visit. All information pertaining to the scheduling of, and attending for the site visit is forthcoming
and will be posted as an amendment to this IFB.
Technical proposals (Step-One) shall not include pricing information. Only one technical proposal may be submitted
by each offeror. Technical proposals are due by 1:00 PM CT on the 10th business day following the completion of
the site visit, and shall be emailed to the following POCs:
Contract Specialist: Mr. Eric Contreras at eric.d.contreras2.civ@army.mil
Contracting Officer: Mr. John Fotos at john.g.fotos.civ@army.mil
If a technical proposal (Step-One) is found not technically acceptable, a notice of unacceptability will be forwarded
to the Bidder upon completion of the technical proposal evaluation (Step-One) and final determination of
unacceptability.
Upon completion of the technical evaluation (Step-One), a notice of acceptability will be sent to Bidders whose
proposal was determined technically acceptable. Price Bid (Step-Two) shall then be submitted, via email, by 1:00
PM CT on the 10th business day following the acceptance of the technical proposal to the following POCs:
Contract Specialist: Mr. Eric Contreras at eric.d.contreras2.civ@army.mil
Contracting Officer: Mr. John Fotos at john.g.fotos.civ@army.mil
Bidders are cautioned to ensure their Step-Two bids are fully complete, including fill ins. Any bidder submitting a
bid agrees by submission that their bid and the prices contained therein will be valid for 60 days after receipt of bids.
The prevailing Davis-Bacon Act for wage determination will be incorporated into the resultant contract and will be
in effect for the entire performance period of the resultant contract. The most recent wage determination can be
found online at SAM.gov as well as within Attachment 001 – Wage Determination. If the wage determination is
revised during the period of performance, it shall be provided to the contractor through modification to the resultant
contract.
Attachments:
001 – Wage Determination
002 – Price Matrix
003 – CDRL 001: Contractor Manpow er Reporting
004 – CDRL 002: AT Level 1 Training Certif icates
005 – CDRL 003: iWatch Training Certificates
006 – CDRL 004: Names and Personnel Data
007 – CDRL 005: Contractor Manpow er Reporting
008 – CDRL 006: Submittals
This executive summary is provided as an administrative convenience and is not intended to alter the terms and
conditions of the IFB in any way.
The points of contact for this action are Mr. Eric Contreras at eric.d.contreras2.civ@army.mil, and Mr. John Fotos at
john.g.fotos.civ@army.mil.
Document | File Size | Access | Updated Date |
|
603 KB
|
Public |
Aug 14, 2023
|
|
670 KB
|
Public |
Aug 14, 2023
|
|
653 KB
|
Public |
Aug 14, 2023
|
|
693 KB
|
Public |
Aug 14, 2023
|
|
700 KB
|
Public |
Aug 14, 2023
|
|
706 KB
|
Public |
Aug 14, 2023
|
|
11 KB
|
Public |
Aug 14, 2023
|
|
104 KB
|
Public |
Aug 14, 2023
|
|
891 KB
|
Public |
Aug 14, 2023
|
- ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
- ROCK ISLAND , IL 61299-0000
- USA
- Eric Contreras
- eric.d.contreras2.civ@army.mil
- John Fotos
- john.g.fotos.civ@army.mil
- Aug 14, 2023 08:56 am CDTSolicitation (Original)
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.