Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2004 FBO #1000
MODIFICATION

N -- Perform upgrade, install, replacement to Access Control System in Buildings.

Notice Date
8/20/2004
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F5EWWX41691000
 
Response Due
8/31/2004
 
Archive Date
9/15/2004
 
Point of Contact
Terence Vickers, Contract Negotiator, Phone 661-277-9559, Fax 661-275-7860, - Philip Cheng, Contract Negotiator, Phone 661-277-9559, Fax 661-277-0473,
 
E-Mail Address
terence.vickers@edwards.af.mil, philip.cheng@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-23 and DFARs Change Notice (DCN) 20040513. Standard Industrial Classification (SIC) code is 1796 and the size standard is _N/A_ employees. NAICS is 238210. This acquisition is a 100% small business set aside. Simplified Acquisition Procedures (The award will be less than $100,000) will be followed. STATEMENT OF WORK UPGRADE EXISTING ACCESS CONTROL SYSTEM WITH CARDKEY PEGASYS 2000 ACCESS CONTROL SYSTEM OR EQUIVALENT ELECTRONIC WARFARE DIRECTORATE BUILDINGS 1020, 1022A, 1030, 1030A EDWARDS AIR FORCE BASE, CALIFORNIA 16 June 2004 updated 19 August 04 1.0 DESCRIPTION OF SERVICES 1.1 Introduction The objective of this Statement of Work (SOW) is to secure the services of a licensed and bonded contractor to replace and/or upgrade these independent/federated systems with one (1) each fully integrated system that is controlled and/or operated from the central security office located in Building 1020, Room 111, Edwards Air Force Base, California. 1.2 Background The existing access control system consists of four (4) independent/federated systems from three (3) different manufacturers. These systems are not compatible with one another, availability of critical spare parts is austere at best, and they have not been properly maintained over their life span. The scope of work consists of a contractor replacing and/or upgrading the access control systems into one fully integrated system that will be controlled from the central security office described in this SOW. 1.3 Scope The Contractor shall accomplish the following work: Remove existing Cardkey Pegasys 1000 system and upgrade to Pegasys 2000. Provide and install one (1) P2000 5 user UL rated system complete with software. Provide and install one (1) each 17? monitor. Provide one (1) 8 port digi-board to communicate with existing loop. Provide one (1) each complete file database conversion. The conversion will convert the existing Cardkey Pegasys 1000 database. Install the converted Pegasys 1000 database into the new system (excluding maps, events, elevator parameters, and history). Reprogram the elevator database into the new system. End user will accomplish database entries into the new system after the initial backup has been converted. Provide eight (8) hours of onsite software training Provide six (6) each O & M manuals (include detailed systems drawings with point-to-point connections). Provide one (1) each CK720 control panel with battery backup to replace the existing AMT-1AU alarm-monitoring terminal. The AMT-1AU panel is not compatible with the Pegasys 2000 access control system. Provide one-year parts and labor Warranty. Contractor shall perform an initial site survey to be coordinated with, and escorted by 412 TW/EWS Government personnel. Contractor shall examine the area and site conditions for which the work is to be performed and submit a request for information regarding any questions or concerns. Contractor shall identify their POC who shall provide status and other pertinent information during the course of this project. Upon completion of work and prior to its acceptance, the Air Force will confirm that the installation is in accordance with this SOW. Contractor installation and work shall be in compliance with and meet or exceed all applicable codes and standards. Contractor shall be licensed and bonded to meet the requirements described in this SOW. Contractor shall provide all labor and use all new material to meet the requirements described in this SOW. Contractor shall become familiar with all details of the work, verify existing system configurations in the field, and advise EWS of any conflicting issues before performing any work. Work shall be performed in accordance with the manufacturer?s published diagrams, recommendations, and equipment warranty requirements. Any proposed alternatives to the specifications must be submitted for review and approval. Approval by 412th TW/EWS is required for extensions of design, critical materials, deviations, equipment whose compatibility with the entire system must be checked, and other items as designated by the contracting officer. After submittals have been approved by 412th TW/EWS, no resubmittal for the purpose of substituting materials or parts will be given consideration unless accompanied by a detailed explanation of why a substitution is necessary. 2.0 SUBMITTALS Approval by 412th TW/EWS is required for extensions of design, critical materials, deviations, equipment whose compatibility with the entire system must be checked, and other items as designated by the contracting officer. After submittals have been approved by 412th TW/EWS, no resubmittal for the purpose of substituting materials or parts will be given consideration unless accompanied by a detailed explanation of why a substitution is necessary. Provide submittals to 412th TW/EWS prior to performing work. Submittals covering component items forming a system or items that are interrelated shall be submitted concurrently. Adequate time (a minimum of 10 calendar days exclusive of mailing time) shall be allowed for 412th TW/EWS review and approval. Contractor shall provide the following submittals: Names, social security numbers, place of birth, and citizenship of all persons requiring access to the work area. List of materials to be used to include specification/data sheet and control diagrams as applicable. Critical spare parts list. Operations, maintenance, and repair manuals and instructions. Acceptance test plan submitted to 412th TW/EWS at least 15 calendar days prior to final acceptance test. Contractor shall submit to 412th TW/EWS four (4) each copies of project submittals for approval, and three (3) copies for information only. If approved, one (1) set of the submittal shall be returned to the Contractor. 3.0 REQUIREMENTS 3.1 The Contractor shall perform the work beginning 16 August 2004 and complete the work by November 2004. Schedule shall be confirmed with 412th TW/EW prior to start of work. 3.2 The Contractor shall become familiar with all details of work, verify all dimensions, site conditions, and shall advise 412th TW/EWS of any discrepancy before performing the work. 3.3 The Contractor shall maintain one set of paper prints to show the as-built conditions. These as-built marked prints shall be kept current and available on the jobsite at all times. All changes from the contract plans, which are made in the work or additional information which might be uncovered in the course of construction/installation, shall be neatly recorded as they occur by means of details and notes. 3.4 The Contractor shall send to 412th TW/EWS two (2) each full size sets of reproducible construction record drawings (30? x 42?) and three (3) each CD?s in format compatible with AutoCad 2000i. 4.0 PHYSICAL SECURITY : .At the close of each work period, government facilities, property, and materials shall be secured. The contractor shall conform to the provisions of AFI 31-101 for safeguarding the government-furnished facilities, property and material contained therein. 4.1 CONTRACTOR PERSONNEL REQUIREMENTS 4.1.2 Contractor Manager The name of this person, and alternate(s), who shall act for the contractor in the absence of the contract manager, shall be designated in writing to the CO prior to the performance start date and updated when changes occur. The Contract Manager and alternate(s) shall have full authority to act for the contractor on all matters relating to daily operation of this contract. The Contract Manager, or alternate shall be available during normal working hours within four (4) hours to meet on the installation with the CO, WSM, or other designated government personnel to discuss problem areas. After normal working hours, the Contract Manager or alternate shall be available within eight (8) hours. Furnish, in writing, to the CO the names and telephone numbers of contractor key personnel no later than 10 days after contract award. The CO shall be notified immediately whenever changes are made. 4.2 PARTNERING AGREEMENT A partnering agreement is to create a Government-contractor relationship that promotes achievement of mutually beneficial goals. It invoices an agreement in principle to share the risks involved in providing the Automated Systems Upgrade Project services and establishes and promotes a nurturing partnership environment. To this end, and at a time mutually agreed to by all parties, Government and contractor senior management and key personnel shall develop a forma partnering agreement that will be signed by the parties involved. The agreement should contain, as a minimum, a methodology for Alternate Disputes Resolution (ADR), and a statement of cooperation to execute the terms of the partnering agreement. Interested parties who believe they can meet all the requirements for the upgrade and install described in this synopsis are invited to submit in writing complete information describing their ability to provide the required training requirement. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) AND DFARS 252.204-7004, ALTERNATE A (NOV 2003). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSE BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable to the Government lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.232-33 Mandatory information for electronic funds transfer payment. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. If the offeror does not have a copy of this provision, a copy can be downloaded from this website: http://farsite.hill.af.mil. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; clause 252.225-7036, North American Free Trade Agreement Implement Act. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) ? 31 August 2004 at 4 pm. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7860 or e-mail address: Terence.vickers@edwards.af.mil.
 
Place of Performance
Address: 5 South Wolfe Ave, Edwards AFB, CA
Zip Code: 93524
Country: US
 
Record
SN00648348-W 20040822/040820212120 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.