Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOLICITATION NOTICE

J -- Security Systems Maintenance and Services

Notice Date
4/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-06-Q-D054
 
Response Due
5/23/2006
 
Archive Date
6/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ). Order will be made in accordance with FAR Part 13: Simplified Acquisition Procedures. It is the responsibility of all interested offerors to monitor the solicitation for any possible amendments and changes. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-09. This solicitation is set-aside for small businesses only and the applicable NAICS code is 561621 Security System Services, and the size standard is $11.5 million in revenues over the last three years. Statement of Work-Maintenance and Service: 1. General Requirements Contractor shall provide all labor, supervision, tools, equipment, parts, computers (turnkey), technical support, hardware, software, user training and material to perform on-site technical support, preventive maintenance, and repairs (emergency and non-emergency) of the Casi-Rusco access control system and all associated equipment, miscellaneous alarm and surveillance equipment. 2. Description of Work The adjustment and repair of the surveillance system includes all computer equipment, software updates, locks (readers), crash bars, and video equipment (monitors, VCR, cameras). Provide the manufacturer's required adjustments and all other work necessary. 3. Maintenance Support a. The Contractor shall provide maintenance support for the equipment listed under Heading 10, Security System Composition. b. The Government requires the Contractor to provide the following specific levels of maintenance support: b.1 Remote Support ? this support will assist on-site Government personnel to verify the nature of a system problem prior to initiating a request for on-site maintenance support. This support is to be available on a 24 hours a day, 7 days a week basis. Remote diagnostic capability in order to perform minor troubleshooting and/or software repairs. b.2 Remedial Maintenance ? includes maintenance, which is performed by the Contractor on-site, as required. This support is to be available 24 hours a day, 7 days a week. Remedial maintenance shall be treated as emergency maintenance to be performed. Response shall be within two (2) hours, as provided under Heading 5. It shall be performed as required on an unscheduled basis. b.3 Preventive Maintenance (PM) ? shall include all preventive maintenance as required on the listed equipment under 10, Security System Composition. Contractor should provide at least two (2) preventive maintenance calls during the year. PMs shall be scheduled by mutual consent between the Contractor and the Government, and shall not interfere with normal Government operations. 4. Technical Support Unless otherwise specifically provided in this contract, the quality of all services rendered hereunder shall conform to the highest standards in the relevant profession, trade or field of endeavor. All services shall be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by law. The Contractor shall provide the Government with the telephone number of a primary point of contact for all on-call service/technical support. Fully trained and competent maintenance personnel in accordance with the contract and the statement of work will provide maintenance coverage. ?Fully trained? is defined as capable of performing required maintenance without trial and error, or in effect, without learning on the job at the expense of this contract. Personnel who are ?in training? will not be utilized except as observers and helpers to qualified personnel. If during the performance of the contract, the Contracting Officer questions the adequacy of the qualifications of personnel assigned to this contract, the Contractor shall have the burden of proving the personnel meet requirements. During the scheduled visit the tech will provide preventive maintenance checks of all the security equipment to verify that all systems are working properly and document findings. As needed, the tech will make repairs/adjustments to malfunctioning equipment found during these checks and document this work. The tech shall also be responsible for the following tasks during his scheduled time on-site: A. Respond to service calls and make necessary repairs to system and related equipment. B. Perform security system troubleshooting to isolate malfunctioning system components. C. Remove and replace defective equipment and ensure new equipment is operating properly. D. Maintain documentation on all maintenance, repairs and warranty information on each piece of equipment E. Assist the COR in resolving problems as needed. F. Perform back up of all files. G. Provide technical guidance and operational training to personnel operating the security system. H. Assist authorized SEC, LAM, and UIS personnel as needed to make changes with visitor access and badge software. I. Perform preventive maintenance in accordance with the manufacturers? recommendation for all equipment. 5. Response Time It is the responsibility of the Contractor to provide a level of support necessary to ensure that system problems do not cause downtime. Accordingly, the Government established a requirement that from the time the Government notifies the Contractor that a system problem exists, the Contractor shall respond within that two (2) hours and a four (4) hours on-site response time if required. Within this response time interval, the Contractor may initially (so as to reduce system downtime) telephonically respond directly to on-site government personnel with appropriate instructions, which may return the system to full operation. 6. Upgrades The Contractor shall support all software components and functional features of these items. This support shall include troubleshooting and problem solution of current software products. Also, the Government requires that the Contractor make available any "patches" and future software updates and releases and supporting documentation as provided by the original manufacturer over the life of the contract. 7. Repairs Non-Emergency Repairs If parts are required, repairs shall be made within twenty-four hours of the arrival of the parts to either the contractor?s or the Government?s office. Documentation of parts arrival is to be turned over to the COTR upon completion of repair. Emergency Repairs In the event that repairs are required after business hours (current business hours are from, Monday through Friday 7:00 am ? 4:30 pm), the contractor is to send a qualified technician to the building to correct the problem within two (2) hours of a call placed by the Government. If parts are required and not available, the contractor will complete the repair after parts are received. 8. Documentation To ensure accurate trace ability of the equipment throughout its life, the vendor and the users shall maintain accurate records of equipment identification and location. A master equipment index shall be generated during the installation detailing the serial number of the equipment and its location. The following documentation is to be provided to the COTR by the contractor during the performance of the contract. A. Sign-In/Out Records- Provide a record documenting each time the contractor is on-site. B. Equipment Repair/Warranty History- Provide computerized records documenting each time a piece of equipment has been serviced or repaired. Include in this record any warranty information (i.e., new parts or items) that covers the equipment. Separate the records by type of equipment (i.e., card readers, video camera, vcr, etc.) C. Parts Out for Repairs and Spare Parts Records- Provide computerized records depicting the status of all parts out for repair. Include in this record the name of the item, where it physically came from, when it was taken out of service, when it was placed back in service. D. Backup History- Provide computerized records documenting each file back up completed. Include the date and name of each file backed-up. E. Software Problems- Provide computerized records for all software problems discovered and their resolution. Include a complete description of the problem, steps taken to resolve the problem. F. Preventive Maintenance/Inspection Records- Preventive maintenance and inspections are to be recorded in the computerized records. Any problems found during the service/inspections are to be noted and brought to the attention of the Government immediately. 9. Contractor Provided Written Material The contractor shall supply system-operating instructions in English. One set of instructions shall be provided for each component. Two sets of instructions, both electronic and hard copy shall be provided on how to properly operate the security system, software applications, and operating instructions. 10. Security System Composition The following outlines the system composition throughout the USUHS facility (items are not exclusive): Secure Perfect (access control and security management software) Cameras Crashbars Secure terminal interfaces (secure telecommunications) VCR's Monitors Power supplies Modems Multiplexers Mounting Adapters Card Readers Motion Detectors Relays Magnetic Locks Wiring and cable assy 11. Period of Contract The period of performance is effective from July 1, 2006 through June 30, 2007 and shall include up to four option years. Submission of Quotes: All interested offerors shall submit their quotes for the base year plus four option years. CLIN 0001: BaseYear-7/1/2006-6/30/2007 12 months@$________ CLIN 0002: Option 1-7/1/2007-6/30/2008 12 months@$________ CLIN 0003: Option 2-7/1/2008-6/30/2009 12 months@$________ CLIN 0004: Option 3-7/1/2009-6/30/2010 12 months@$________ CLIN 0005: Option 4-7/1/2010-6/30/2011 12 months@$________ Evaluation Factors: 1. Technical Capability-Vendors will be required to show knowledge and ability to maintain the University?s electronic security system, including years of experience with the CASI-Rusco/Secure Perfect system, certification or licensing, qualifications, and technician accessibility. 2. Past Performance-Vendors will be required to provide at least three contact information for references. 3. Price There will be a site visit held on May 2, 2006 at 1:00PM for all interested offerors. All attendees shall e-mail their full names to jwickley@usuhs.mil at least 48 hours in advance to ensure base access and to receive directions. All questions regarding the solicitation shall be e-mailed to jwickley@usuhs.mil by May 9, 2006. Quotes will be accepted via Post mail, In Person, Emailed to jwickley@usuhs.mil , or Faxed to 301-295-1716 Attn: Jennilee Wickley; however all quotes must be in the government?s possession by 4:00PM EST May 23, 2006. Your quote must address all of the evaluation factors listed above and shall include your Representations and Certifications as found in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Applicable Provisions and Clauses The following provisions and clauses are incorporated by reference only: Provision 52.212-1, Instructions to Offerors-Commerical Items; provision 52.212-2, Evaluation-Commercial Items; clause 52.212-3, Offerors Representations and Certifications-Commercial Items; clause 52.212-4, Contract Terms and Conditions-Commercial Items; and clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; clause 52.217-8; Option to Extend the Services; and clause 52.217-9; Option to Extend the Term of the Contract. Full text version of these clauses, including the Representations and Certifications, may be found at the following website addresses: http://www.acqnet.gov/far/ http://www.acq.osd.mil/dpap/dfars/
 
Place of Performance
Address: 4301 Jones Bridge Road Bethesda, MD
Zip Code: 20814
 
Record
SN01033081-W 20060423/060421221522 (fbodaily.com)
 
Source
FedBizOpps 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.