Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2005 FBO #1438
SOLICITATION NOTICE

63 -- Home Intrusion Detection Systems

Notice Date
11/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Justice, United States Marshals Service, Judicial Security Contracts Team, JSDC, Suite 600, CS3 3601 Pennsy Drive, Landover, MD, 20785-1612
 
ZIP Code
20785-1612
 
Solicitation Number
DJMS-06-R-0010
 
Response Due
11/21/2005
 
Archive Date
12/6/2005
 
Description
Description: Home Intrusion Detection Systems (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will not be issued. (ii) Solicitation Number DJMS-06-R-0010 is issued as an request for proposal (RFP) (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-06. It is the offerors responsibility to be familiar with all applicable clauses and provisions. (iv) This is not a Set-Aside, NAICA 561621 (v) Contract Line Item Numbers (CLIN) CLIN 01 -Control Panel installed 2200 each CLIN 02 - Key Pad installed 2200 each CLIN 03 - Door/Window Switches installed 46200 each CLIN 04 - Motion Sensors installed 4400 each CLIN 05 - Horn/Siren installed 2200 each CLIN 06 - Glass Break Sensors installed 4400 each CLIN 07 - Repeater installed, 2200 each CLIN 08 ? Three-Point Wireless Receiver installed 100 each CLIN 09 - Embedded Door Sensor (standard) installed 100 each CLIN 10 - Embedded Door Sensor (short) installed 100 each CLIN 11 - Overhead Door Sensor installed 100 each CLIN 12 ? Power Supply installed 100 each Performance Specifications System 1. The CONTROL PANEL is an electronic device that receives information from external security devices for the purpose of processing and evaluating the information and, when criteria and programming dictate, passing the information (by telephone) to a receiving station for a human response. The control panel shall be able to meet or exceed the following requirements: a. Eight on-board hardwire zones standard. b. Expandable to 48 total zones when used with hardwired and/or wireless expansion modules. c. Accept eight user pass codes with identification (ID) reporting. d. Panel is able to operate for twenty-four hours on internal and rechargeable battery backup. During extended AC power fail, the system battery will be disconnected to prevent irreversible battery failure. Reduces service calls to replace batteries. e. Two independent partitions plus a common partition. f. Able to be programmed from local keypads or by remote account access from central station monitoring service. g. Able to support a RJ-31X phone jack for dial-out reporting to the central station. h. Able to dial two separate telephone numbers (when first is busy or non-operational, second number is dialed) and include redundant reporting to the central station when multiple reporting methods are used. i. Support cellular phone dial-out for areas without telephone service. j. Be equipped with a tamper switch for the enclosure. k. Able to send and receive test and system reports on schedule and when queried by the monitoring station (if central monitoring is implemented).. l. System shall be UL rated and contain information to support this fact. Programmable to meet SIA false alarm prevention specifications. m. Supports up to four end user numeric pagers. 2. The KEYPAD is a device providing an interface from the user of the alarm system to the control panel described above. The keypad allows arming and disarming of the alarm system, sending of duress signals, and system testing. The keypad is equipped with a visual display, audible signals for certain events, and a keypad for user input. The keypad shall be able to meet or exceed the following requirements: a. Be constructed of white or beige plastic. b. Be equipped with a hinged cover to cover all but the LED display. c. Be equipped with a lighted LED display. d. Be equipped with lighted and translucent numbers/letters/symbols. e. Be equipped with piezo sounder producing audible beeps to signal system status or other alarm situations. f. Able to display in English the system status. g. Be equipped with clearly marked systems functions pushbuttons. h. Must be viewable on system keypads: Provide the following functionality, exit countdown, time and date display, and event log. i. Have the versatility to implement wires keypad technology or hardwired technology. This will depend on the installation technique and be reflected on the PIP. 3. Door/Window Switches provide contact closure to the control panel, hardwired or wireless. 4. Motion Sensors shall be able to meet or exceed the following requirements: a. Be dual technology, microwave and passive IR. b. No larger than three inches by five inches and either wall or ceiling mounted. c. Be able to provide ?pet alleys? pet movement. d. Have the ability to be implemented in a wireless installation. 5. HORN/SIREN shall be capable of producing an 85db alarm. The siren should be available in beige or white. 6. GLASS BREAK SENSORS shall be dual technology design capable of detecting breaking glass without alarming when detecting nuisance noises. 7. WIRELESS REPEATER shall provide the following functions: a. Lengthens the range of the placement of wireless units. b. Receives alarm, status and control alerts from RF units, and repeats these alerts to the control panel using the primary receiver. c. Designed to be completely compatible with all wireless devices (including bi-directional devices). d. UL residential burglary listing. e. Powered by AC with a six-hour battery back-up. f. Includes tamper protection. Miscellaneous Support Items 1. Three-Point Wireless Receiver: Three zone transmitter with three separate contact loops. Primary loop supports normally open and normally closed applications and fast loop response time. The two auxiliary loops support conventional normally closed contact applications. 2. Embedded door sensor (standard version): (recessed contact) this contact is recessed in the door frame and door to provide a hidden contact capable of detecting opening and closing of the door. 3. Embedded door sensor (short version): specifically for applications where space is limited. The short length is for thin framed windows and doors where longer senor units cannot be used. 4. Overhead Door sensor and magnet: this is specially used in large door openings and may need a variance from 1?- 3? to prevent nuisance alarms. 5. Power Supply. Provide DC power for the Control Panel. This power supply should be enclosed in the control panel or located close by. If plug in type is used ensure it has the attachments to prevent accidental removal. Period of Performance: The period of performance shall be from the date of contract award through twelve months. Description of Requirement: The United States Marshals Service (USMS) has a requirement to procure an estimated 2,200 home intrusion detection systems. The agency is seeking a contractor with nation-wide capabilities to assess and install home intrusion detection system throughout the United States and its territories. The Contractor shall conduct an independent residential security evaluation and formulate pre-installation plans (PIP), in accordance with industry standard. The PIP shall be specifically tailored for each designated residence and in accordance with the standards outlined herein. THE CONTRACTOR SHALL NOT INSTALL, MODIFY OR CONFIGURE EQUIPMENT SUCH THAT IT CANNOT BE MONITORED BY OTHER VENDORS. The Government does not require, nor will the Government pay the Contractor for, any monitoring services. However, such services, including additional option items, may be offered to the designated homeowner/tenant, separate from this contract, as a homeowner/tenant?s expense. If any optional items or service arrangements are made, such arrangement shall exist between the Contractor and the homeowner/tenant. The sale, installation or cost of any item or service that is not listed in this contract or approved in the official pre-installation plan (PIP) will not be borne by the Government. In addition, the Government does not preclude the Contractor and the designated homeowner/tenant from entering into an arrangement for the sale or installation of items or services not required by this contract. All arrangements made between the Contractor and the designated homeowner/tenant for items and services not specified herein must be clearly separated and established between the Contractor and the designated homeowner/tenant. SPECIFIC PROFESSSIONAL, SECURITY CLEARANCE, AND SAFEGUARDING REQUIREMENTS: The Contractor must be bonded and possess the necessary license(s) or have the ability to obtain such license(s) to perform and provide the necessary services anywhere in the United States, including its territories. All services shall be conducted by a trained professional or home security advisor. All personnel must undergo and pass a National Crime and Information Center (NCIC) check and a Local Record check by the USMS local district office prior to performance. The Contractor must provide a central point of contact for this contract and provide the name of the security advisor assigned to a given area within 5 days after the Government?s request. The qualification status for each home security advisor will be conveyed to the Contractor in writing by the Government. The Contractor shall also safeguard all information pertaining to all installations performed under this contract. All information pertaining to this contract is considered Government sensitive and shall be handled as such and not be disclosed to anyone except as approved by the Government. SECURITY STANDARDS: In accordance with industry standard, the Contractor shall provide security coverage for all main and ground level windows and doors and where upper level windows and doors are accessible or as deemed accessible during the site visit. SECURITY INSTALLATION: The Contractor shall conduct all installations as described in this section. The Contractor shall conduct a residential security evaluation and prepare a pre-installation plan (PIP) for the Government?s review and approval. A Contracting Officer Technical Representative (COTR) will contact and schedule all initial site visits for the residential security assessments with the Contractor?s local representatives. A government representative will accompany the Contractor?s representative at the residence. The Contractor?s representative will assess the risk at the residence and develop the PIP. The PIP must be comprehensive. As minimum, PIP shall include an explanation of the security coverage proposed, and CLINs necessary to do the installation. The PIP will be submitted to the COTR for the Government?s review and final approval. The COTR will notify the Contractor if additional discussions, clarifications, or modifications are necessary. Both the approval and the direction to install the system as approved in the PIP will be conveyed to the Contractor by issuance of a task order by the Contracting Officer. SYSTEM ORIENTATION REQUIREMENT: After final installation, the Contractor shall orient the homeowner/tenant about the home intrusion detection system and its features. In addition, the Contractor shall ensure the homeowner/tenant receives all necessary manuals, including warranty information, and any additional information that will assist the homeowner/tenant in understanding and operating the system. SECURITY DESIGN: The Contractor shall conduct an independent residential security evaluation, in accordance with industry standard, at each designated residence and tailor a residential intrusion detection system according to the security standards outlined above. The residential intrusion detection system shall, at a minimum, consist only of the contract line items listed in this contract. TYPE OF CONTRACT: A firm fixed price indefinite quantity type contract will result from this solicitation. A task order, Option Form 347, is the official ordering document issued by the Contracting Officer that requires the Contractor to provide the services as described herein. All services will be ordered via task order. The task order will incorporate the approved PIP. The Contractor must not perform any services nor exceed the total amount of task order without prior written notice from the Contracting Officer. Payment will not be made for unauthorized work or costs. (vi) Delivery/Payment? Installation shall be made within two weeks from the date of the task order. The Contractor must prepare and submit an itemized invoice for residence to the designated COTR or as specifically instructed in Option Form 347, ?Order for Supplies or Services,? and/or Standard Form 30, ?Amendment of Solicitation/Modification of Contract,? whichever is applicable. The Contractor must submit a proper invoice in order to receive payment. The Contractor?s invoice must include the following information: (1) The name and address of the business concern; (2) The invoice date; (3) Contract number, task order and/or modification number; (4) A description and the quantity of supplies or services furnished, as well as the associated contract line item number(s); (5) Payment terms; (6) The name, title, telephone number and complete mailing address of the responsible official to whom payment is to be sent; (7) The name, title, telephone number and mailing address of the person to be notified in the event of a defective invoice; (8) Tax payer identification number (TIN) (Usually a social security number if the Contractor is an individual or their employer identification number if a company. Invoices submitted without this number will be considered incomplete and will not be paid.); (9) The date delivery occurred; (10) The Contractor must include the following statement on each invoice: CERTIFICATION: I certify to the best of my knowledge and belief that the supplies/services shown on this invoice have been received and are accepted. Contracting Officer?s Technical Representative (signature and date) (vi) The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1, ?Instructions To Offerors - Commercial Items?, The following is an addendum to FAR Clause 52.212-1(c), The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Offerors are reminded to submit a technical description of the items being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product literature, pictures and schematics of the enclosures and terms of expressed warranties. (vii) FAR 52.212-2, ?Evaluation-Commercial Items?, (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The relative importance of the evaluation factors is the price will be significantly less important than the non-price factors of technical capability and past performance to meet the requirements of this solicitation. The following factors shall be used to evaluate offers. Technical Capability/Delivery - Proposals shall include literature that describes the features and warranty of each proposed item. Offeror shall propose a methodology, technical resource and techniques for performing the contract. Past Performance ? Offerors shall detail background, skills and expertise of both your firm and subcontractors. Offerors must submit three references for recent and relevant contract (Federal, State, or Local Governments and Commercial Sources) of same or similar items. Include contract numbers, points of contact, with telephone numbers and any other relevant information of references. Offerors who lack past performance records will not be rated favorably or unfavorably. Any offeror without past performance shall indicate that fact in its proposal. Price - Offerors are to provide a unit price, brand name and model number for each CLIN. The total evaluated price will be based on the total price of all CLINs. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ON THE BASIS OF THE INITIAL PROPOSAL WITHOUT ANY DISCUSSIONS. (viii) FAR clause 52.212-3, ? Offeror Representations and Certifications-Commercial Items? The offeror shall include a completed copy of the provision with its offer; FAR Clause 52.212-4, ?Contract Terms and Conditions-Commercial Items? The following is an addendum for FAR 52.212-4: The following clauses are hereby incorporated by reference. FAR Clauses: 52.216-18, ?Ordering?, 52.216-19 ?Order Limitations?, The following is an addendum to FAR Clause 52.216-19(a) quantity of one system, (b) and (c) quantity of forty-four hundred systems, 52.216-22 ?Indefinite Quantity? and 52.232-18, ?Availability of Funds. FAR Clause 52.212-5, ?Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items?, The following additional FAR clauses also apply: 52.222-3, Convict Labor, 52.233-3, Protest after Award, 52.203-10, ?Price or Fee Adjustment for Illegal or Improper Activity?, ?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 of the Vietnam Era?, 52.225-3, ?Buy American Act--Supplies?, and 52.225- 9, ?Buy American Act--Trade Agreements Act--Balance of payments Program?. Addition contract requirement(s) or terms and conditions: JAR Clause 2852.201-70 Contracting Officer?s Technical Representative (COTR) (Jan 1985) (a) (To be named after award) is hereby designated to act as Contracting Officer?s Technical Representative (COTR) under this contract. (b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COTR does not have the authority to alter the contractor?s obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes; Indemnification - (a) Hold Harmless and Indemnification Agreement: The Contractor shall save and hold harmless and indemnify the Government against any and all liability claims, and reasonable costs of any person or persons and for loss or damage to any Contractor or property owned by a third party occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operation, or performance of work under the terms of this contract, resulting in whole or in part from the negligent acts or negligent omissions of the Contractor, any subcontract, or any employee, agent, or representative of the Contractor or subcontractor: (b) Government's Right of Recovery: Nothing in the above paragraphs shall be considered to preclude the Government from receiving the benefits of any insurance the Contractor may carry which provides for the indemnification of any loss or destruction of, or damage to property in the custody and care of the Contractor, where such loss, destruction or damage is to Government property. The Contractor shall do nothing to prejudice the Government's right to recover against third parties for any loss, destruction of, or damage to Government property, and upon request of the Contracting Officer shall, at the Government's expense, furnish to the Government all reasonable assistance and cooperation, including assistance in the prosecution of suit and the execution of instructions of assignment in favor of the Government, in obtaining recovery. Quantities For Minimum And Maximums - (a) For the purpose of determining the contract minimum guarantee, the Government guarantees that a minimum 220 home intrusion detection systems will be ordered under this contract as determined by an approved PIP. (b) For the purpose of determining the contract maximum, the number of systems will be 100% of the estimated quantity of 2200 systems. (ix) The Defense Priorities and Allocations Systems (DPA) assigned rating for this procurement is unrated. (x) There are no applicable Commerce Business Daily numbered notes. (xi) Signed and dated offers must be submitted to and received by the United States Marshals Service, Judicial Security Contracts, Crystal City Square Three, Washington, DC 20530-1000, Attn: Maxine W. Robinson not later than 3:00 PM (EST) November 18, 2005. Questions concerning this solicitation are due by November 7, 2005. Offerors sent its questions by email to the following address: Maxine.Robinson@USDOJ.GOV The United States Marshals Service does not anticipate extending date for receipt of proposals.
 
Place of Performance
Address: Various Locations in the United States and, United States Territories
Zip Code: 20530-1000
Country: US
 
Record
SN00924283-W 20051103/051101211708 (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.