Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
SOLICITATION NOTICE

N -- Furnish and install electronic acess control monitoring stations and badging systems and security alarm equipment in various buildings.

Notice Date
4/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0065
 
Response Due
4/11/2003
 
Archive Date
4/26/2003
 
Point of Contact
Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897, - Willie Haney, Contract Specialist, Phone (202) 767-7980, Fax (202) 767-7816,
 
E-Mail Address
valerie.gaines@bolling.af.mil, willie.haney@bolling.af.mil
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0065. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12. This is an unrestricted requirement. The North American Industry Classification System code is 561621 (formerly SIC code 7382) at $10.5 million size standard. LINE ITEM: 0001 Furnish and install an electronic access control and badging system, QTY: 1/LOT, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0002 Furnish and install security alarm equipment for bldg 5681, USAF Surgeon General Office, QTY: 1/LOT, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0003 Furnish and install security alarm equipment for bldg 5683, USAF Legal Services Agency, QTY: 1/LOT, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0004 Furnish and install security alarm equipment for bldg 5683, USAF Chief of Chaplain Services, QTY: 1/LOT, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0005 Furnish and install security alarm equipment for bldg 602, 11 MSG/Services Division Front Desk, QTY: 1/LOT, UNIT PRICE: $_________, EXTENDED PRICE: $_________. A complete price breakdown is required as part of your offer/proposal for each line item listed above. The following is an example: number of hours, hourly rate, materials, and completion time for the required work. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: STATEMENT OF WORK FURNISH AND INSTALL ELECTRONIC ACCESS CONTROL MONITORING STATIONS AND BADGING SYSTEMS AND SECURITY ALARM EQUIPMENT IN VARIOUS BUILDINGS. 1. DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, materials, transportation, supervision, and other services necessary to furnish and install the following: (a) electronic access control monitoring stations and badging systems and (b) security alarm equipment at Bolling AFB, Washington DC. 1.1. The following work description shall serve as general information only and shall not limit the contractor’s responsibility or obligations to conform to all state, local laws and in accordance with manufacturer’s recommendations. 1.2. The contractor is responsible for verifying all material quantities and measurements. All security alarm equipment to be installed must be compatible with existing security alarm system by Advantor. Equipment must meet the requirements specified in the DoD Directive 5200.1. 1.3. Electronic Access Control Monitoring Stations and Badging Systems. Contractor shall provide the following along with the necessary components: Three (3) electronic access control monitoring workstation at building 256 (Visitor Center); Electronic access control monitoring software for the existing monitoring workstation at buildings 256 and 1305 (alternate LE desk); Two (2) badging systems for an existing monitoring workstation and additional monitoring workstation at building 256; and Two (2) digitalized cameras with high resolution that can store pictures in memory for the badging system. 1.4. The contractor shall ensure that all workstations are networked via the Ethernet LAN configuration. The Government shall provide all necessary fiber optics LAN connections between facilities where monitoring workstations are located. 1.5. The contractor shall ensure that all new and existing workstations will have the capability of pulling up the information provided by the data entry screen in the visitor center, to include picture, badge number and issuance date, vehicle, and sponsor information. 1.6. The contractor shall ensure that all equipment and software to be installed are compatible with the Advantor Corp’s security alarm monitoring systems. 1.7. Security Alarm Equipment. The contractor shall provide the following and necessary components for the following locations: Building 5681, USAF Surgeon General Office (rooms 400, 400A and 408), Two (2) Alarm Control Panels, Four (4) Keypads, Eight (8) Motion Detection Sensors, and Six (6) BMS Door Contacts; Building 5683, USAF Legal Services Agency, One (1) Alarm Control Panel, One (1) Keypad, One (1) Motion Detection Sensor, and One (1) BMS Door Contact; Building 5683, USAF Chief of Chaplain Services, One (1) Alarm Control Panel, One (1) Keypad, One (1) Motion Detection Sensor, and One BMS Door Contact; Building 602, 11 MSG/Services Division Front Desk, One (1) Alarm Control Panel, One (1) keypad, and One (1) Hand Held Duress Button. 2. PERFORMANCE PERIOD. The performance period shall be 120 working days after award for all work. Work dates will be coordinated with the government representative prior to start of work for final approval. 3. CONTRACTOR REQUIREMENTS: The contractor must have experience and specialize in electronic access control monitoring and badging systems and security alarm equipment installation or similar projects. NOTE: The successful offeror must provide proof that you are authorized to work on the existing security alarm system by Advantor Corp. 4. PROTECTION OF REAL PROPERTY: The contractor shall take all necessary precautions to ensure there's no damage to Government Real Property. All damages to such property and furnishings shall be repaired or replaced as recommended by the Quality Assurance (QA(s)) and approved by the Contracting Officer (CO) at no additional cost to the government. 5. WORK SCHEDULE: The contractor shall coordinate the initial scheduling of work with the Quality Assurance (QA) personnel, and the Contract Administrator prior to commencing work. Hours of operation shall be from 7:30 am to 4:30 pm. If the contractor requires different work hour schedule, a written justification must be submitted to the QA. 6. SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 7. PRE-INSTALLATION REQUIREMENTS: Before installation services are started, the contractor shall inspect the work site and ascertain all information necessary to deliver effective performance of services. The contractor shall notify the government QA or the CO of any conditions that prevent the suitable completion of the services. 8. DISPOSAL. It shall be the responsibility of the contractor to dispose and removed discarded materials from Bolling AFB to an off base site, meeting all Local, County, State, and Federal Regulations. The contractor shall not use any of the installation dumpsters for disposal. 9. CLEANING. Contractor shall ensure the work area is free from debris upon completion of the project. 10. GOVERNMENT FURNISHED SERVICES. Water, electrical power, lighting and designated equipment holding area will be made available to the contactor by the government in the performance of their work. 11. SECURITY REQUIREMENTS. 11.1. Base Entry Passes. The contractor shall submit to the Contracting Office a list of employees which will be working on base, along with their social security numbers not later than three working days prior to start of work in order to insure base entrance passes. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicle entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD form 1172, application for Uniformed Services Identification Card. Vehicle registration, proof of insurance and a valid drivers license must be presented for all vehicles to be registered. Any lost vehicle and entry passes/badges shall be reported immediately to Security Forces and the QA. 11.2. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. 11.3. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. 12. WARRANTY. The contractor shall provide a written warranty agreeing to repair or replace materials or workmanship that fails within the specified warranty period. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (k), Site Visit: “ A site visit will be conducted on 07 April 03 9:30 A. M. EST. We will meet in front of building 256. For security reasons, offeror must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Valerie Gaines no later than noon, 19 Sep 02.” Add paragraph (l), “Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.” Clause 52.212-2, Evaluation—Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. Add paragraph (m), “ The point of contact for this project is 11th Civil Engineering Squadron QA, Mr. Melvin Holston at (202) 767-1090.” FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001, 252-247-7023 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Maintenance Electrician, Monetary Wage-Fringe Benefits: WG-10, $20.20, and 52.223-5, 52.225-13 and 52.232-33. The incorporated Wage Determination 1994-2103, dated October 04, 2002, revision 28 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 11 April 03 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Valerie Gaines, Contract Specialist, Phone (202) 767-8030, FAX (202) 767-7897, E-mail to Valerie.gaines@bolling.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-03-T-0065/listing.html)
 
Place of Performance
Address: Bolling AFB, DC
Zip Code: 20032
Country: United States
 
Record
SN00293513-F 20030403/030401222037 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.