Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
MODIFICATION

63 -- Security Requirements; Karrick Hall

Notice Date
2/1/2005
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
9594-05-R-0004
 
Description
***THIS MODIFIES THE ORIGINAL SYNOPSIS. THE ELECTRONIC SOLICITATION WILL BE AVAILABLE ON OR ABOUT FEBRUARY 4, 2005 ON THIS WEBSITE. PHONE CALLS, E-MAILS and FAXES WILL NOT BE HONORED. A SITE VISIT WILL BE SCHEDULED, DETAILS TO BE INCLUDED IN THE SOLICITATION.*** This is a pre-solicitation notice for contractor-furnished supplies and services to provide and install a security system as part of a renovation project for Karrick Hall, Building No. 17 on DC General Hospital Property at 1900 Massachusetts Avenue, SE in Washington, DC 20003. This building is leased by the Court Services and Offender Supervision Agency, an independent federal agency, from the City of the District of the Columbia. CSOSA is an independent executive branch federal agency established pursuant to the National Capital Revitalization and Self-Government Improvement Act of 1997. CSOSA assumed cognizance related to pretrial services, parole, probation and other supervised release functions in, and on behalf of, the District of Columbia. Its mission is to improve public safety, prevent crime, reduce recidivism, and support the fair administration of justice in close collaboration with the community, local and federal authorities. In executing this mission, CSOSA operates from leased spaces. The Request for Proposal (RFP) for this requirement shall be issued on or about the 24th of January 2005. A site visit will be scheduled within two weeks following issuance of the solicitation, with the specific day / date/ time provided in the RFP. Source selection procedures in accordance with FAR Part 15 shall be utilized for the award of the planned contract, using a trade-off between technical and price. Technical evaluation criteria, in descending order of importance, are as follows: Technical Approach, Technical Qualifications, and Past Performance. The technical evaluation criteria are equal in weight and, when combined, are significantly more important than price. The closer the technical ratings are to one another, the greater will be the importance of price in making an award determination. To be highly rated technically, firms shall demonstrate adequate technical ability, qualifications and past performance to establish their proposal will provide maximum benefit to the Government. The Government reserves the right to independently verify contractor past performance. The Request For Proposal will be available ONLY on the Internet at the FedBizzOpss website: http://www.eps.gov Telephone, written or e-mail requests for a hardcopy of the solicitation will not be accepted. The successful contractor shall provide all labor, supervision, tools, equipment, and material to install an access control security system, and associated security equipment, at Karrick Hall. The installed system and accompanying equipment must be compatible with the present CSOSA legacy systems such as WINPAK 2.0 (release 3), PELCO systems (in order to control access), RADIONICS, as well as function with the existing proximity card making system, and CCTV system. The contractor shall be responsible for properly interfacing all system components, including required connectivity to 633 Indiana Avenue NW, Washington DC. An interface requires not only a physical connection, but also a matching of signals with regard to impedance, signal level, timing, synchronization and termination. The Contractor shall coordinate all installation and testing of the system with CSOSA Security staff. The Contractor shall provide, at a minimum, a one-year warranty agreement on all new equipment. The Contractor shall also provide on-site service and repair within 24 hours of notice should a component fail during the one-year warranty period, except for any perimeter device that fails during the one-year warranty period. These devices will have a response on the same business day notified. The Contractor shall respond to all COTR requests for Emergency Service 100% of the time during the period of performance. The period of performance shall begin on or about 28 March 2005 and continue through approximately 30 August 2005, with staggered performance / delivery requirements. One year warranty services will commence after final acceptance of the security system and equipment. Firms must be registered with the Central Contractor Registration (CCR) in order to receive a government contract award. To register, visit the CCR website at: http://www.ccr.gov This is unrestricted procurement; it is open to both large and small businesses. Therefore, all responsible sources may respond to the Request for Proposal, once issued. The North American Industry Classification System (NAICS) code is 561621, Security Systems. The small business size standard is $10.5 Million average annual gross revenue over the last three completed fiscal years. If a large business firm is selected for award, the firm will be required to submit a subcontracting plan prior to award. The subcontracting plan shall identify goals for Small Business (SB), Historically Underutilized Business Zone (HUBZone), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Verteran-owned Small Business (VOSB) concerns. The required subcontracting plan from large business will be based on the successful contractor?s aggregate pricing. Any planned subcontracting should support the mandatory Agency subcontracting goals of 23 percent for small businesses, with 5 percent for both women-owned and small disadvantaged businesses and 3 percent for HUBZone businesses.
 
Place of Performance
Address: Washington DC
Zip Code: 20003
 
Record
SN00743201-W 20050203/050201211513 (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.