Upgrade CCURE Access Control System

Agency: COMMERCE, DEPARTMENT OF
State: Mississippi
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Aug 31, 2023
Due: Sep 6, 2023
Solicitation No: 1333MF23QNFFN0052
Publication URL: To access bid details, please log in.
Follow
Upgrade CCURE Access Control System
Active
Contract Opportunity
Notice ID
1333MF23QNFFN0052
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 31, 2023 02:07 pm EDT
  • Original Published Date: Aug 14, 2023 11:16 am EDT
  • Updated Date Offers Due: Sep 06, 2023 12:00 pm EDT
  • Original Date Offers Due: Aug 29, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 21, 2023
  • Original Inactive Date: Sep 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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:
    MS
    USA
Description View Changes

8/31/2023 MODIFICATION 03 Combined Synopsis/Solicitation 1333MF23QNFFN0052



Modification 03 is issued to Combined Synopsis/Solicitation 1333MF23QNFFN0052 to:




  1. Add a server to the requirement as per revised Statement of Work

  2. Attach revised Statement of Work

  3. Attach Software House CCure 9000 v2.90 Server Requirements (Attachment 1)

  4. Attach revised Technical Requirements Sheet

  5. Attach updated Questions and Answers 08.31.20203

  6. Extend the closing date until September 6, 2023 12:00 pm EDT



All other terms and conditions remain the same.





8/29/2023 Modification 02 is issued to Combined Synopsis/Solicitation 1333MF23QNFFN0052 to:




  1. Provide list of questions and answers

  2. Extend the closing date until September 1, 2023 12:00 pm EDT



All other terms and conditions remain the same





-Modified to attach the Brand Name Justification for CCure. No other changes were made.





COMBINED SYNOPSIS/SOLICITATION





Upgrade CCURE Access Control System





*** Items not previously performed under a Purchase order.





(I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number



1333MF23QNFFN0052





(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03 (MAR 2023) (Deviation 2023-03(Dec 2022).





(IV) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 561621. The small business size standard is 561621. The small business size standard is $25M.





(V) This combined solicitation/synopsis is for purchase of the following commercial services(s):





CLIN 0001 - Non Personal Services contract to upgrade the current CCure 800 Security Access System and provide a 12 month full parts and labor warranty in accordance with the attached Statement of Work (SOW) and Technical Requirements Sheet.





(VI) Description of requirements is as follows:



See attached Statement of Work and Technical Requirements Sheet attached to the Sam.gov combined synopsis/solicitation posting. Requirement applies to Department of Labor Wage Rates: WD 2015-5147, Revision No: 21, dated 07/12/2023, which can be found on: https://wdolhome.sam.gov/





(VII) Period of performance shall be: The Access control system upgrade and training shall be fully completed NLT 60 days after the contract award.





WARRANTY - The Contractor will provide a full “parts and labor” warranty on all work performed, parts & software installed, etc. (including travel, per diem) for one full year after acceptance by the Government.Software version upgrades shall be available for no charge during this warranty. The software media warranty shall be per the SoftwareHouse C•CURE software licensing agreement. The Contractor will also provide a toll-free number should the Government observe a malfunction during the one year warranty period and the contractor shall perform all of the necessary repairs needed to keep the equipment at the functional level specified by the Original Equipment Manufacturer and within the SOW.



Response time shall be within twelve (12) consecutive hours of service call, and repair time shall be within twenty four (24) working hours of Response Time as stated above or as scheduled by the Government. The Contractor shall maintain a written record of all activity associated with the maintenance of these systems, providing a copy to the GPC after each preventive maintenance visit.





Place of Performance:





NOAA Mississippi Laboratory



Main Laboratory



3209 Frederic Street



Pascagoula MS 39567



52.237-1 SITE VISIT (APR 1984)



A site visit is highly encouraged. A consolidated site visit is scheduled Monday, August 21, 2023 at 2:00 PM Eastern Standard Time. To set up a site visit before this date, please email Karen.beck@noaa.agov. All questions must be submitted in writing to Karen.beck@noaa.gov by 12:00 PM EST on or before August 22, 2023. Telephone inquiries will not be honored.





(VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Mar 2023), applies to this acquisition.





See addendum





ADDENDUM TO FAR 52.212-1 Instructions to Offerors (NOV 2021), applies to this acquisition. — Commercial Products and Commercial Services





ADDITIONAL QUOTE PREPARATION INSTRUCTIONS:





NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.





Submission of Quotes





1.Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Only email quotes are acceptable and can be sent to Karen.Beck@noaa.gov





2. Offerors shall have an active registration in the System for Award Management (SAM found at SAM.gov) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.





3. Vendor's response to this Request for Quote shall consist of the documents outlined in the Combined Synopsis Solicitation.





(1) The offer must be prepared in two parts: A technical quote and a business/price quote. Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other. The technical quote must not contain reference to price; however, adequate information must be contained in the technical quote so that the offeror’s technical approach is sufficiently detailed to provide a clear and concise presentation that addresses all contract requirements and demonstrates a clear understanding of the requirements.



(2) The offeror shall submit:



a. Technical Quote: One (1) copy, electronic required. 20 page maximum



b. Business/Price Quote: One (1) copy, electronic required.



Each part shall be clearly marked by title. There is no page limitation for the price quote.



(3) The Government will evaluate quotes in accordance with the provisions set forth in this section and with the evaluation criteria stated below.



(4) The Offerors shall identify and explain any exceptions or deviations taken to any part of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation.



See addendum



ADDENDUM TO FAR 52.212-1 Instructions to Offerors



Offerors should note that taking exceptions to the Government’s requirements may indicate an unwillingness or inability to perform the contract, and the quote may be evaluated as such.



(b) Technical Quote



Vendors shall submit the following in their technical quote:



Factor 1--TECHNICAL APPROACH. The proposal will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the proposal demonstrates an understanding of the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable.



Factor 2--EXPERIENCE. The offeror's background, experience, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance.



Factor 3--PAST PERFORMANCE. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction.




  • Offeror shall provide at least three (3) past performance references. Provide name, address, phone number, and description of the project.



If an offeror has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history. Offerors who fail to either provide past performance information or affirmatively state that they have none, may be considered as non-compliant to the solicitation.



(IX) FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers.



Paragraph (a) is hereby completed as follows: Evaluation will be based on



1) Technical Approach - quote shall meet or exceed the specified requirements stated in the Statement of Work and the Technical Requirements Sheet.



2) Experience



3) Past Performance



4) Cost/Price



The Government intends to award a best value trade-off firm fixed-price purchase order on an all or none basis with payment terms of Net 30.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





(End of provision)





(X) 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (Deviation 2023-03)(DEC 2022) applies and if applicable the quoter must submit a completed copy of the provision with its quote.





The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://sam.gov/content/home .





(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Conditions—Commercial Products and Commercial Services (DEC 2022) applies to this acquisition.





(XII) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (MAR 2023) (Deviation 2023-03)(DEC 2022)(Deviation 2021-06)(Sept 2021)(Deviaion 2020-05)(Apr 2020) (Deviation 2017-05)(Sept 2017) applies to this acquisition.





(XIII) The clauses/provisions contained in the SF18 are also applicable to this acquisition.





(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.





(XV) Quotes are required to be received in the contracting office as outlined in the SAM.GOV “General Information” section of the posting. All quotes must be emailed to the attention of Karen Beck at Karen.Beck@noaa.gov





The email subject line should reference the SAM.GOV Notice ID number: 1333MF23QNFFN0052





(XVI) CAM 1352.215-72 Inquiries (APR 2010)



Offerors must submit all questions concerning this solicitation in writing to Karen.Beck@noaa.gov . Questions must be submitted by Noon 3 business days before Offers are due. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.







(End of clause)





"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".


Attachments/Links
Contact Information
Contracting Office Address
  • NMFS FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
  • KANSAS CITY , MO 64106
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Aug 14, 2023[Combined Synopsis/Solicitation (Original)] Upgrade CCURE Access Control System
Aug 18, 2023[Combined Synopsis/Solicitation (Updated)] Upgrade CCURE Access Control System
Aug 29, 2023[Combined Synopsis/Solicitation (Updated)] Upgrade CCURE Access Control System
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Intrusion Detection System and Automated Access Control System for all building and space ...

DEPT OF DEFENSE

Bid Due: 5/20/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.