Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
MODIFICATION

J -- Door Maintenance & Repair Services

Notice Date
9/13/2006
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
DHQCSD06MPA0015
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Point of Contact
Jenalle Hilmes, Contract Specialist, Phone 618-229-9585, Fax 618-229-9177,
 
E-Mail Address
jenalle.hilmes@disa.mil
 
Description
The Defense Information Technology Contracting Organization (DITCO) Scott AFB, IL will procure a Facilities Service Contract for Door Maintenance and Repair Services. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Request for Proposal (RFP) DHQCSD06MPA0015. (iii). The RFP document and incorporated provisions and clauses are those in effect through FAC 2005-08 and all of the requirement stated in FAC 2005-08. (iv) The resultant contract will be awarded as a single award contract. The NAICS code is 541519, Other Computer Related Services. The size standard is $21M average annual receipts over past three years. (v) Provide a price for the following CLINs. CLIN 0001: Provide Non-Personnel Support Door Lock Preventative Scheduled Maintenance. CLIN 0002: Provide Non-Personnel Support Door Lock Remedial Maintenance. CLIN 0003: Provide Non-Personnel Support Door Lock Preventative Emergency Maintenance. CLIN 1001: Option Period One Door Lock Preventative Maintenance 12 months; CLIN 1002: Option Period One Door Lock Remedial Maintenance; CLIN 1003: Option Period One Door Lock Emergency Maintenance; CLIN 2001: Option Period Two Door Lock Preventative Maintenance 12 months; CLIN 2002: Option Period Two Door Lock Remedial Maintenance; CLIN 2003: Option Period Two Door Lock Emergency Maintenance; CLIN 3001: Option Period Three Door Lock Preventative Maintenance 12 months; CLIN 3002: Option Period Three Door Lock Remedial Maintenance; CLIN 3003: Option Period Three Door Lock Emergency Maintenance; CLIN 4001: Option Period Four Door Lock Preventative Maintenance 12 months; CLIN 4002: Option Period Four Door Lock Remedial Maintenance; CLIN 4003: Option Period Four Door Lock Emergency Maintenance. Required period of performance is date of contract award for 1 year with four 1-year options. (vi) The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to operate, maintain, and repair covered lock, door, and door hardware equipment at DISA SMC Ogden, as described herein. Some minor door equipment or controls may change during performance of this contract and will be covered during each performance period. The Contractor performing this maintenance shall be a licensed Contractor with experience in all of the covered equipment. Some doors in the building are controlled by electronic security systems, which may require the Contractor to work in conjunction with the security Contractor to determine door problems and make the proper repairs. The Contractor shall repair any damages made to the building while carrying out this maintenance. The Contractor shall do a site survey of the existing doors to fully understand the scope of work. The Contractor shall perform all necessary maintenance and repairs on all covered doors and associated equipment (as defined herein) for the DISA SMC Ogden site. Physical repairs to door glass, surfaces, or door replacements shall be at additional cost to the FFP terms of the maintenance and repair; all other component repairs or replacements (ie, hinges, arms, closers, handles, locksets, escutcheon plates, strikes, and similar) shall be integral to the FFP terms. In the building, the Contractor shall perform maintenance on 56 leaves (28 pairs), 7 single doors, (all doors) 1 manual overhead coiling door, 3 automatic overhead coiling doors, 1 automatic single slide door, 2 XO9 combination locks, and 2 automated slide gates located in and around the building. Remedial actions on locks on GSA security containers (safes) are also covered under this contract. In the building, the Contractor shall perform maintenance on 2 personnel doors, 2 automatic roll doors, and 2 lock plates. Associated equipment for this contract is defined as all mechanical doors, hinges, door closures, crash bars, locks, locking mechanisms, thresholds, floor plates, electrical solenoids, automatic door opener/closure mechanisms, and all components (to include, but not be limited to fuses, circuit boards, motors, wiring, and mechanical arms). Power, communications wiring, access control system components not stated above, balanced magnetic switches, and other security (access-control specific) devices are not covered under the general maintenance or repair terms. Any lock cores or replacement XO9 equipment required during performance of this contract will be provided by the Government. The Government will provide master keys for use during lock core replacements as needed. Remedial Maintenance. The Contractor shall provide remedial maintenance after notification that the door/equipment is inoperative and shall continue until the problem is resolved. Remedial maintenance shall include (but not be limited to) replacement of door lockset hardware and lock cores for security concerns. Response time by telephone shall be within two (2) hours of the Government trouble call. Response time on site shall be within four (4) hours of the Government trouble call. Principal period of remedial maintenance is from 0700 to 1900 hours, Monday through Friday, excluding Federal holidays. Emergency Maintenance Calls (on-call services). The Contractor shall provide emergency maintenance after notification that the door/equipment is inoperative and shall continue until the problem is resolved. Emergency maintenance shall include (but not be limited to) replacement of door lockset hardware and lock cores for security concerns. Response time by telephone shall be within one (1) hour of the Government trouble call. Response time on site for emergency calls shall be within two (2) hours. Principal period of performance for emergency maintenance calls shall be from 1900 to 0700, Monday through Friday, and 24 hours a day on Federal holidays and weekends (Saturday and Sunday). Preventative Maintenance (PM). The Contractor shall perform preventative (scheduled) maintenance at least once every six (6) months. PM will include, but is not limited to, inspecting, lubricating, cleaning, and making corrective adjustments and replacement of worn or damaged parts as necessary to deep the door (s) in good operating condition. Preventative maintenance (such as lubricating and checking door latches) will be performed on doors that are in working order. Government furnished equipment is defined as the covered property noted in Paragraph 1 above, consisting primarily of doors and door hardware. The Place of Performance data is considered Sensitive and is For Official Use Only (FOUO). Complete place of performance information shall be released by the Contracting Officer to the winning bidder when the contract is awarded. Because of the Sensitive and FOUO nature of the site(s) involved in this Agreement, pre-award site visits are not planned for bidding vendors. Vendors may submit questions to the Contracting Officer; the answers will be shared with all vendors that are asked to provide a quotation. If answers cannot be rendered in written form, a joint site visit for all interested bidding vendors will be scheduled. The Contractor shall submit employee information for each employee requiring access to Hill AFB and/or the covered site to the contract administrator at time of award, and when Contractor information changes. Contractor personnel will have to obtain access through Security Forces based on the information submitted by the contract administrator as described in Paragraphs 4.1.1 and 4.1.2. 4.1.1. The contract administrator shall complete a "Request for Identification Credential (AFMC Form 496)" for each employee of the Contractor requiring access to Hill AFB. The requests shall be submitted to Pass and Registration (South or West Gate Visitors Center). 4.1.2 The contract administrator shall complete an ?Unescorted Entry Authorization Certificate (AF Form 2586) for each employee requiring entry into controlled areas. The request shall be submitted to Pass and Registration (South or West Gate Visitors Center). Performance under this contract will involve access to and work in a secure area. There will be no access to classified material. The work to be accomplished in this contract is unclassified. The Contractor shall be responsible to possess a National Agency Check with Local Record Check (NACLC) or security clearance for each Contractor employee representative that will perform work under this contract, to provide for any required Computer Room and Building access. Facility Access: Unescorted access to the facilities is strictly limited to Contractor personnel who have a valid contract and a favorably completed NACLC with an Interim Secret security clearance, or a finalized Secret security clearance (or higher). DISA operational sites are not staffed to provide Contractor escort; Contractor personnel credentials must support the operational site mission. Contractor personnel without a favorably completed NACLC shall NOT be granted access to the access-controlled locations without a Government-assigned escort. A representative of the Government shall be on the premises during the Contractors performance of contract services. The Government customer may, at his discretion, assign an escort for uncleared Contractor personnel, but the Contractor is required to assume that such escort will not be provided. Sample Statement for Position of Trust Sensitivity Designation: This contract provides the following contracted personnel unescorted access to a DISA facility to perform various services. All persons performing these types of services under this contract require a favorably completed National Agency Check with Local Record Check (NACLC) and an Interim Secret clearance granted prior to performance. Required requests for investigation, for each employee without a current, favorable NACLC, will be submitted within 15 calendar days after award of the contract to the local DISA Security Manager for Interim building access determination prior to performance. To control unauthorized entry/penetration during the performance of this contract, the Contractor shall not prop doors open at the perimeter of the computer room controlled area. With the award of this contract, the Contractor accepts responsibility to protect the physical security of the building and prevent unauthorized entry, when prevention of such violation is under the Contractor?s control. A Security Pre-Brief of the Contractors responsibilities will be provided upon contract award. The Contractor will forward a Visit Authorization Letter (VAL) to the Government Representative at the following address for all employees prior to the beginning of performance: The VAL shall be on company letterhead or pre-fabricated form and contain the following information: Contract number with start and end dates; Company Point of Contact (POC) and telephone number; Government Task Monitor name and telephone number; Complete legal name of employee(s); Social Security Number; Security Clearance level, date granted, and Adjudication facility name, i.e. DISCO; Type of Personnel Security Investigation (PSI) pending or completed; Date PSI completed. The DISA Computing Services Security Office can be contacted for security related questions as follows:Faith Horton:(717) 267-9826, Brad Eslinger: (717) 267-9957, Wayne Wilkinson: (717) 267-9865, DISA Field Security Operations ATTN: GO41, Bldg 1, 1 Overcash Avenue, Letterkenny Army Depot, Chambersburg, PA 17201-4122. 4.2.1. The Government Representative (GR) is the authorized local technical representative for the contract. The GR contact information for DISA SMC Ogden is: Primary: Paul Johnson 801.605.7441 DSN 388 paul.johnson@csd.disa.mil Alternate: Ralph Pettit 801.605.7442 DSN 388 ralph.pettit@csd.disa.mil. Any matter concerning a change to the scope, prices, terms or conditions of this contract shall be referred to the Contracting Officer. The services to be performed by the Contractor during the period of this contract shall at all times and places be subject to review by the Contracting Officer and or authorized Government Representative(s). The Contractor shall be responsible for safeguarding all Government property provided for Contractor use. At the close of each work period, Government facilities, property, and materials shall be secured. The Contractor shall establish and implement methods of ensuring that all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. (NOTE: ALL REFERENCES TO KEYS ALSO INCLUDE KEY CARDS. NO KEYS ISSUED TO THE CONTRACTOR BY THE GOVERNMENT SHALL BE DUPLICATED. THE CONTRACTOR SHALL DEVELOP PROCEDURES COVERING KEY CONTROL THAT SHALL BE INCLUDED IN THE QUALITY CONTROL PLAN. SUCH PROCEDURES SHALL INCLUDE TURN-IN OF ANY ISSUED KEYS BY PERSONNEL WHO NO LONGER REQUIRE ACCESS TO LOCKED AREAS). The Contractor shall immediately report the occurrences of a lost of duplicate key to the Contracting Officer. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon written direction of the Contracting Officer, rekey or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform rekeying. When the replacement of locks or rekeying is performed by the Government, the total cost of rekeying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. The Contractor shall prohibit the use of keys issued by the Government by any persons other than the Contractor?s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractors employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. Normal Hours of Operation. All repair & maintenance work will be accomplished during core hours (0700-1630, Monday-Friday) unless otherwise coordinated. The Contractor shall coordinate with the site Facility Manager for semi-annual preventative maintenance scheduling. Date and time of service shall be by mutual consent of the site Facility Manager and the Contractor. Emergency and remedial maintenance work can occur at any time. The Contractor may work, with prior approval of the Contracting Officer, extended hours to ensure timely completion of work at no additional cost to the Government. Recognized Holidays. The Contractor is not required to provide service on the following days: New Year?s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Days, Thanksgiving Day and Christmas Day. If the holiday falls on Saturday, it is observed on Friday. If the holiday falls on a Sunday, it is observed on Monday. Emergency Services. On occasion, services may be required to support an activation or exercise of contingency plans outside the normal duty hours described above. The Contractor?s responsibilities for remedial & emergency support are described in Section 1. 4.5 The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions which prevent the waste of utilities which include the following: Lights shall be used only in areas where and when work is actually being performed; Mechanical equipment controls for heating, ventilation, and air conditioning systems shall not be adjusted by the Contractor or by Contractor employees unless authorized; Water faucets or valves shall be turned off after the required use has been accomplished; Government telephones shall be used only for official Government business. ENVIRONMENTAL CONTROLS: Compliance with Laws and Regulations. The Contractor shall be knowledgeable of and comply with all applicable Interstate, Federal, State, and Local laws, regulations, and requirements regarding environmental protection. In the event environmental laws/regulations change during the term of this contract, the Contractor is required to comply as such laws come into effect. If there is an increase or decrease in cost as a result of the change, the Contractor shall inform the Contracting Officer pursuant to notice requirements and negotiate a modification to the contract. Notification of Environmental Spills. If the Contractor spills or releases any substance contained in 40 CFR 302 into the environment, the Contractor or its agent shall immediately report the incident to Hill AFB Fire Dept at 777-1911. The liability for the spill or release of such substances rests solely with the Contractor and its agent. Material Storage and Use. The Contractor shall follow manufacturer?s guidelines and professional recommendations for control of humidity, temperature, cleanliness, and materials handling. This includes hazardous materials. Government personnel, other than Contracting Officers (COs) and authorized Government Representative (GRs), may from time to time, with CO coordination, observe Contractor operations. However, these personnel may not interfere with Contractor performance or make any changes to the contract. In performing work under this contract, the Contractor shall: Conform to the safety requirements contained in the contract for all activities related to the accomplishment of the work; Take such additional immediate precautions as the Contracting Officer may reasonably require for safety and mishap prevention purposes; Develop and provide at the start of the orientation period or the start of the first operational performance period (if there is no orientation period) a safety plan for the protection of Government facilities and property and to provide a safe work environment for Contractor personnel; Provide protection to Government property to prevent damage during the period of time the property is under the control or in possession of the Contractor; Include a clause in all subcontracts to require subcontractors to comply with the safety provisions of this contract as applicable; Record and report promptly (within one hour) to the Contracting Officer or authorized Government representative (GR), all available facts relating to each instance of damage to Government property or injury to either Contractor or Government personnel; In the event of an accident/mishap, take reasonable and prudent action to establish control of the accident/mishap scene, prevent further damage to persons or property, and preserve evidence until released by the accident/mishap investigative authority through the Contracting Officer; If the Government elects to conduct an investigation of the accident/mishap, the Contractor shall cooperate fully and assist Government personnel in the conduct of investigation until the investigation is completed; Include a clause in each applicable subcontract requiring the subcontractor's cooperation and assistance in accident reporting and investigation. The Contractor performing this maintenance shall be a licensed Contractor with experience in all of the covered equipment. The Contractor shall be certified by the base Security Forces or Civil Engineering (or other recognized cognizant authority) to work on GSA-approved combination locks such as the XO9. If there is a change in Contractor or if the operation reverts to in-house, the incumbent Contractor will provide familiarization, to the Government or the follow-on Contractor, whichever the case may be. During the phase-out familiarization period, the incumbent will be fully responsible for the operation of covered equipment. The Government reserves the right to conduct site visits in all Contractor operated facilities in conjunction with the solicitation of offers for the follow-on contract. In the event the follow-on contract is awarded to other than the incumbent, the incumbent Contractor will cooperate to the extent required to permit an orderly change over to the successful Contractor. With regard to the successor Contractor?s access to incumbent employees, a recruitment notice may be placed in each facility. Compliance with all publications, regulations and operating instructions provided by the Government is required when: They pertain to the procedures for materials expediting herein and where the Contractor is authorized by the performance-based statement of work to accomplish the work specified in the publication, regulation or operating instructions; The publications prescribe USAF policies, use of materials, procedures and processes applicable to the work requirements; The Contractor is required to acquire and work on the latest version of the publication. (vi) FAR 52.212-1, Instructions to Offerors?Commercial Items applies to this acquisition. (vii) FAR 52.212-2, Evaluation -- Commercial Items applies this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be the lowest price, technically acceptable. AWARD CRITERIA. a. The following conditions must be met in order to be eligible for award: 1. The proposal must comply in all material respects with the requirement of the law, regulation and conditions set forth in this RFP. 2. The proposal must meet all mandatory RFP requirements. 3. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. A firm-fixed price contract will be awarded. The government reserves the right to not award a contract as a result of this competition, if in the opinion of the Contracting Officer, none of the submitted proposals would provide satisfactory performance/product. (x) FAR 52.212-3 applies; vendors are to download and complete these reps and certs from the FAR site referenced below and submit with offer. (xi) 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisistion (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Coml. Items applies to this acquisition. The following FAR clauses apply to this acquisition: 52.209-6, 52.212-3 Alt I, 52.217-5, 52.217-8, 52.217-9, 52.222-3, 52.222-19, 52.222-21, 52.222-22 , 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-48, 52.225-13, 52.227-2, 52.232-33, 52.232-9000, 52.233-3, 52.239-1, 52.245-2. The following DFARS clauses apply to this acquisition: 252.204-7000, 252.204-7003, 252.209-7001, 252.212-7000, 252.212-7001, 252.225-7001, 252.225-7002, 252.232-7003, 52.252-1, 52.252-2, 52.252-5, 52.252-6, (access to clauses can be made via http://farsite.hill.af.mil/). The contract type will be firm-fixed price. All unit prices are firm-fixed price. Proposals must be received no later than 10:00 a.m. (CT), Wednesday, 20 September 2006. Questions relating to this combined solicitation/synopsis must be received by the contracting officer by 09:00 a.m. (CT) on 18 September 2006. Questions received after that time, may or may not be answered. Email questions and proposals to DISA/DITCO, Jenalle Hilmes, jenalle.hilmes@disa.mil, (618)229-9585. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DISA/D4AD/DITCO/DHQCSD06MPA0015/listing.html)
 
Place of Performance
Address: DISA SMC Ogden Hill AFB, UT
Zip Code: 84056
Country: UNITED STATES
 
Record
SN01143180-F 20060915/060913225556 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.