Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
SOLICITATION NOTICE

63 -- Intrusion/Detection Alarm System for Missouri Army National Guard

Notice Date
11/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-06-T-0005
 
Response Due
12/14/2005
 
Archive Date
2/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for quotation (RFQ) and the solicitation number is W912NS-06-T-0005. Solicitation document and incorporated provisions and clauses are current through Federal Acquisition Circular 05-06. This is being solicited as a 100% small business set-aside under SIC code 7382, NAICS code 561621. The period of performance is projected to be a base year with four (4) one-year option periods beginning Febru ary 11, 2006; however, Government reserves the right to cancel with a 60-day written notice. Contractor will be responsible for maintaining, in an operational order, the Intrusion Detection Alarm Systems. Currently there are 59 locations within the Stat e of Missouri. Alarm systems are installed in Missouri Army National Guard facilities and police stations/security agencies. The Contractor shall possess experience in the installation and maintenance of the following alarm systems. JSIDDs, Ademco 1022, FBI 850, Acron 300, CADDX NX-8 and Europlex 1064. Contractor is required to complete an Electronic Certification Course held at the National Guard Professional Education Center at Contractors expense. Contractor is responsible for training new users an d will provide a manufacturers user book, if necessary. Contractor may be asked to install Europlex 1064 Systems. The Contractor must be Underwriter Laboratory (UL) certified and they must provide computer based service for troubleshooting. Contractor will provide daily examination of an activity log to check for deficiencies and other duties as outlined in AR 190-11 and AR 190-13. Contractor must maintain and repair existing and any replaced systems. If a Missouri National Guard activity relocates to another geographic area, the Contractor will dismantle and install system at the new location. The Contractor will be responsible for all maintenance and repair requirements to include Acts of God damage. Acts of God damages are defined as damages r esulting from natural disasters, such as hurricanes, tornadoes, lightning, floods, avalanches, slides, tidal waves, earthquakes, and any other unexpected manifestation of the forces of nature. Within ten days after contract award, the Contractor must furn ish the Contracting Officer (CO) with a primary and an alternate telephone number to be used by the Government. The Contractor must provide 24-hour telephone answering service. If the Contractor cannot provide an employee answering service, a mechanical answering service must be used. When the employee or mechanical answering service has been notified of a maintenance requirement requiring a service call, the Contractor must be at the facility not later than 24 hours after first notification. Response t ime is without regard to weekends or holidays. If a commercial or Joint Service Intrusion Detection System is not repairable, the Contractor must provide the Government with a temporary security system until the original security system can be replaced by the Government. The Contractor will not be obligated to provide use of a temporary security system for more than 60 days. The Contractor must physically inspect each security system both at the unit and police station semiannually. When each system is inspected, the Contractor must complete an inventory of the system components by brand name. During all inspections, the Contractor must conduct a function test of the system to include the batteries. If any security system fails a function test, the Con tractor is to repair the system. Within five calendar days after each inspection, the Contractor must certify in writing to the Contracting Officers Technical Representative (COTR), that the system is operational, giving the system location and brand name. During each inspection, the Contractor must perform preventive maintenance checks and services (PMCS) on the system. Reports are to be submitted to the CO with a copy furnished to the COTR. After each inspection or emergency repair, the Contractor must update and submit a report, which cumulatively itemizes the service performed. This report must identify in columnar format the date, location, system brand name, and nature of service. The Contractor must also identify any additions or alterations to any system in this report. A copy of each inspection or repair to the system will be left with the Unit receiving the service. The Government will hand receip t to the Contractor a Joint Services Interior Intrusion Detection System component part stockage. This stockage will be used for emergency repairs on military security systems. If repair parts are required during the contract period, Contractor will cont act the COTR for parts. It is the responsibility of the Contractor at the end of the contract period to return Government parts to an address designated by the COTR. The Contractor will be responsible for obtaining repair parts and batteries for commercia l security systems. The Contractor will be authorized to install necessary repair parts and batteries to a maximum price of $1,000 per emergency call and/or inspection visit. The cumulative total price of repair parts and batteries per year shall not exc eed $10,000 without prior approval. If the Contractor cannot perform in exact accordance with these terms, Contractor shall WITHHOLD PERFORMANCE and notify the CO immediately. The Contractor shall invoice separately for any repair parts and batteries. Th e invoice shall be itemized by cost or parts, batteries and shipping cost (if any) for each location. The Contract shall furnish to the Government the names and drivers license number of each employee expected to perform maintenance work on the security systems. In addition, the Contractor will furnish a police security check on each maintenance person employed. The security check shall be for a minimum of the past three years covering all residencies. Proof of liability insurance coverage is required. The above information is required within ten days after receipt of the issuance of a contract. The Government reserves the right to limit access to Government facilities only to those individuals considered responsible by the CO. The Government intends to evaluate quotations and award a contract without discussion with Contractors. However, the Government reserves the right to conduct discussions, if later the CO determines is necessary. Should discussions be deemed necessary due to proposal weakness, deficiencies, or other issues, they will be conducted either orally or in writing only with those Contractors determined to be in the competitive range. The Contractor will then be given the opportunity to correct deficiencies and resubmit their offer. A ll quotations shall submit the following information: (1) Technical proposal addressing ability to provide maintenance and inspection of alarm system; (2) Cost proposal  Breakdown of cost for base period and cost for four one-year option periods; (3) Pas t performance proposal  Submit three references of similar work which includes description of work, point(s) of contact, and telephone numbers. The Government will select the most technically acceptable low cost quotation; however, award will be made base d on best value to the Government. Include a completed copy of FAR 52.212-3, Offeror Representation and Certification  Commercial Item. Prevailing wages rates are applicable for the State of Missouri. They may be viewed at: http://www.wdol.gov. The f ollowing clauses and provisions apply. The web site for viewing clauses is: http://www.nationalguardcontracting.org They are: FAR 52.212-1, 52.212-2, 52.212-3 , 52.212-4, 52.204-7, 52.252-1, 52.252-2, 52.212-5, 52.219-6, 52.222-3, 19, 21, 26, 35, 36, 37, 52.232-33, 36, 52.222-41, 52-222-42, 52.233-2, 52.233-4, DFAR clauses are: 252.201-7000, 252.204-7004, 252.212-7001, and 7036. The Federal Government requires that all Contractors are Central Contractor Registered (CCR). Information regarding CCR registration may be obtained at web site www.ccr.dlsc.dla.mil. Quotations are due on Wednesday, 14 December 2005 at 1000 hours (local time). Quotations are to be sen t by commercial carrier to USPFO for Missouri, JFMO-PFC (Attn: Patsy Huth), 7101 Military Circle, Jefferson City, MO 65101-1200.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00938345-W 20051130/051128211921 (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.