Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

63 -- Security System Install, Repair & Maintain IDIQ

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
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-0014
 
Response Due
10/5/2005
 
Archive Date
9/15/2005
 
Description
This is a pre-solicitation notice for a planned Indefinite-Delivery, Indefinite Quantity (IDIQ) type contract in support of security system requirements for Court Services and Offender Supervision Agency, CSOSA. 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 throughout the District of Columbia. The IDIQ-type contract is intended to provide for quick, cost-effective responses to Agency requirements for installation of new, and repair & maintenance of existing, security systems and/or security system components at various CSOSA sites in the District of Columbia. The successful contractor shall provide all labor, supervision, tools, equipment, and material to install and repair access control security systems, accompanying equipment and associated system components on a firm, fixed price Task Order basis. All work shall be performed in accordance with the contract specifications and Task Order-specific technical requirements. Work will vary from site to site and will require extensive knowledge of security systems and an understanding of Federal agency security requirements, including unique CSOSA security requirements. Schedules for performance will be negotiated on a Task Order basis, however, contractors may be required to meet compressed schedules to deal with emergency or urgent requirements. Under the planned contract, all installed systems, accompanying equipment and associated system components 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 systems and/or system components with CSOSA Security staff. The Contractor shall provide, at a minimum, a one-year warranty agreement on all new systems and / or system components. The Contractor shall also provide on-site service and repair within 24 hours of notice should new system components fail during the one-year warranty period. Any perimeter device that fails during the one-year warranty period shall have same business day response. The Contractor shall respond to all COTR requests for Emergency Service 100% of the time during the period of performance, with definitization to occur after performance. The IDIQ-type contract will consist of a one-year base and four (4) one-year option periods. The estimated dollar value is $50,000 for the base and for each of the option periods (total estimated contract value of $250,000). The minimum Task Order limit under this contract is $2,500 and the maximum is $150,000. The minimum guaranteed funding for the base and each of the option periods is $5,000, which may be met through the award of a task order. The Government is not obligated to exercise any of the option periods, but reserves the right to do so on unilateral basis. The Government also reserves the right to exercise option periods early in the event contract capacity is reached prior to any 12 month period of performance. The Request for Proposal (RFP) for this requirement shall be issued on or about the 30th of August 2005. FAR Part 15 Source Selection procedures shall be utilized for the award of the planned contract, using a Trade-off between technical and price. Technical evaluation criteria are weighted in following, descending order of importance: Technical Approach (40%), Personnel Qualifications (35%) and Past Performance (25%). The technical evaluation criteria, when combined, are equal to price. The closer overall technical ratings are to one another based on evaluation of the offers received, the greater will be the importance of the price proposals in making an award determination. To be highly rated, firms shall demonstrate adequacy in approach, 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 FedBizzOpps website: http://www.eps.gov Telephone, written or e-mail requests for a hardcopy of the solicitation will not be accepted. This is an 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), Veteran-owned Small Business (VOSB) concerns. The required subcontracting plan from large business will be based on the aggregate pricing from the successful firm. 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. The Service Contract Act applies to this requirement. Firms must be registered with the Central Contractor Registration (CCR) in order to receive contract award. To register, visit the CCR website at: http:// www. ccr. gov
 
Place of Performance
Address: Washington DC
 
Record
SN00867876-W 20050813/050811211525 (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.