Opportunity: SACN SECURITY SYSTEM MONITORING

Description 

SACN - Physical Security Monitoring and Inspection 140P6018Q0017 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6018Q0017 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisitions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. The FAC is available at https://www.acquisition.gov/FAR. This is a small business set-aside under NAICS Code 561621, Security Systems Services (except Locksmiths) with a small business size standard of $20.5 million. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov in order to be considered for award. The acquisition is to provide alarm services at St. Croix National Scenic Riverway. These services include Central Station Monitoring, Alarm Inspection and Maintenance Service. The contract will be awarded for one base year with 3 option years. Product offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit offers to Adam Kircher via email at adam_kircher@nps.gov. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Additional Contract Requirements Instructions to Offers a. Any questions pertaining to this solicitation must be sent via email to adam_kircher@nps.gov on or before Monday, February 26, 2018. All questions will be answered in an Amendment to this solicitation and posted on fbo.gov. b. Quotes shall be submitted electronically to adam_kircher@nps.gov c. All offers must be submitted by the due date in order to be considered. Quotes are due Friday, March 2, 2017 at 17:00 CST d. At a minimum, offers must include - (1) The completed Standard Form 18: - Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16. - Provide your companies DUNS number under which your offer is made. - See sections highlighted in Provisions and Clauses and complete as required. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: Factor I - Technical Capability: Sub factor I - Strategy: Describe your plan for accomplishing the work including a schedule of events. Sub factor II - Team: Provide resumes or similar documentation for all personnel managing and performing the work of this project. Sub factor III - Previous Experience: Provide a minimum of two examples of previously completed projects completed within the last three years that are of similar size and scope as this project. Describe the project requirement, work performed, and final outcome. Information should be short and concise, but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria. Factor II - Past Performance: Provide contact information for all examples in Factor I, Sub factor III above. Information shall include name, phone number, address, and email if available. Factor III - Price: Provide your lump sum price on the SF18. Price will be subjectively evaluated for Best Value and Realism by the Government, considering total cost of all items to reach the best value for the Government, price and other factors considered. Contract Administration Data Adam Kircher Purchasing Agent National Park Service, MWRO MABO 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1606 Phone 402 661-1607 Fax adam_kircher@nps.gov

Overview 
Reference number: 140P6018Q0017
Issue date: 02/13/2018
Response due: 03/02/2018 06:00 PM US/Eastern

Set Aside: Total Small Business
NAICS: 561621-Security Systems Services (except Locksmiths)
PSC / FSC: S211-HOUSEKEEPING- SURVEILLANCE

Agency: DOI

Contracting office:

NPS, MWR - MWRO MABO
601 Riverfront Drive
Omaha, NE 68102


Place of Performance:

NPS, MWR, St Croix NSR
401 N Hamilton Street
St. Croix Falls, WI 54024


Contact: Adam Kircher
Phone: 402-661-1680
Fax: 402-661-1681
Email: adam_kircher@nps.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect