Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

63 -- Infant Band System

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-06-Q-0034
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
Small Business Set-Aside
N/A
 
Description
This is Amendment 2, to W911S8-06-Q-0034 to make notification: Extend the quote due date. Quotes are due on September 20, 2006 at 11:00:00 A.M. Pacific Standard Time. This is a combined synopsis/solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-06-Q-0034 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect th rough Federal Acquisition Circular 2005-12 and DCN 20060908. This requirement is UNRESTRICTED with a NAICS Code of 334290 and a corresponding size standard of 750 Employees. The description of the commercial item is Infant Band System. Delivery and installation time shall be no later than December 31, 2006. A copy of the award document shall be distributed to to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination . The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter. Once the Contracting Officer has decided to whom an order will be issued, a unilateral orde r will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is appli cable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corre sponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Iden tification of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Ac cess Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holiday s, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concr ete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given prior ity. On weekends large vehicles (needing greater than 12'-5 inch clearance) will require a time stamped searched label to gain access to North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North F ort Lewis must inform the gate guard that their vehicle is over 12'-5 inch in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation t hrough any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through th e Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Ac cess Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed ac cess only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. Local clause 52.111-4132 states: a. Each employee who requires access to Fort L ewis to perform work under any contract, at any tier, must obtain either a fast access identification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the empl oyee requires access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Ma in (Liberty) Gate or the Logistics Center Gate (or the DuPont Gate when the Logistics Center Gate is closed). The visitors pass will be issued for a maximum of 30 days at a time. A fast access identification badge will only be issued to contractor emplo yees if the contractor participates in the Fast Access Gate Program. The Fast Access Gate Program is a voluntary program. b. The contractor shall provide information as required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any set-up fee and the fee per employee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adverse, a fast access identification badge will be issued by the FAGPC to the contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuing a fast access identification badge to the contractor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however, if the contractor employee does not meet the criteria for being issued a fast access identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longe r needs an identification badge for any reason (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification ba dge cannot be returned within the required time frame for any reason, the contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Go vernment installation because he/she does not have the required identification badge or visitors pass shall not excuse timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification ba dges are issued or returned, with or without advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copi ed by the contractor, its subcontractors, or their employees. If an employees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such loss, theft, or reproduction is discovered, followed by a written report of the circumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor empl oyee shall wear the fast access identification badge while performing work under the contract. The identification badge shall be worn on the upper front of the outer garment unless precluded by OSHA regulation(s). The identification badge shall not be us ed for access to any Government installation except for performance of work under the contract for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAG PC. The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the co ntractor will be notified by the Contracting Officer as to whether the fast access identification cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the installation. Local clause 52.111-4004 states: In accorda nce with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. Quoters are required to submit completed copie s of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms an d Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The followin g clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please em ail the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. T he Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quo te that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. The following are the minimum salient characteristics. CLIN 0001 Server Bundle, consists of three separate workstations for each area affected (Post Partum, NICU, and Labor and Delivery), coupled with the server, which will be located in room 2-56-39. Quantity 1 Package. In accordance with Statement of Work. CLIN 0002 Workstations. Quantity 1 Package. In accordance with Statement of Work. CLIN 0003 Security Interface/Programming. Quantity 1 Package. In accordance with Statement of Work. Statement of Work. The scope of this project requires the contractor to purchase, install, and integrate a Security Baby Banding System within Madigan Army Medical Center. The banding system desired will have a skin sensing tag, so that when contact with the infants skin is broken, the system will go into alarm. The system must be expandable to other areas within the facility, to support future endeavors. The tag itself must fit snuggly on the infants leg and must be reuseable once sanitized. The system must be able to be graphic driven, allowing nursing staff a visual to locate tagged infants. The contractor must be prepared to install/activate the requisite number of door controllers, elevator controller and receivers to provide coverage on the third floor of the facili ty. The contractor agrees to provide the components listed and install them into the existing infrastructure of the facility. Part Numbers listed are Halo/VeriChip. CLIN 001 Server bundle, consists of three separate workstations for each area affected (Post Partum, NICU, and Labor and Delivery), coupled with the server, which will be located in room 2-56-39: 1 ST3DB01-OHA SERVER BUNDLE, EXCLUDRES MONITOR 1 SVHAL-999 INFANT TAG LICENSE 3 ARWK01-OHA HALO WORKSTATION EXCLUDES MONITOR 60 SR4R01M R4 MASTER RECEIVER 1 AR3IM01-008 I/O 8 MODULE 1 AR2AMO1-0PK ALARM OUTPUT MODULE 2 AGECP02-024 CPS24 CENTRAL POWER SUPPLY 100 AR4TA01-00P P4 TAG-INFANT TAG WITH PULSE 1 AR4WSD1-ELS DISPOSABLE WRIST STRAPS 1 81603001 GO LIVE SUPPORT BUNDLE 3 CABLE1 CAT 5E CABLE (RS485) 3 CABLE2 POWER CABLE 2 COND, 18AWG 1 MONITOR 17 FLAT PANEL MONITOR  Government furnished 11 AR3KY01-030 ACCESS KEY PAD KIT 1 TECH LAB TECHNICAL LABOR FOR INSTALLATION 1 CAD LAB CAD LABOR (GRAPHICS) 1 DESIGN LBR SYSTEM DESIGNLABOR 1 PM MGT PROGRAM MANAGEMENT LABOR 1 OPSVC (PERMITS, FEE, AND BONDS CLIN 002 Consists of a workstation that will be located in the Provost Marshal Office, room 2-56-39. This will allow the Provost Marshal staff to trouble shoot and provide security monitoring from a remote site. The breakdown of parts, design, graphics a nd program management for this piece of the project are listed below. This CLIN, provides a remote monitoring site as well as the installation of door controllers. 3 SR3C01N R3 DOOR CONTROL SYSTEM 1 AR3WK01-OHA HALO WORKSTATION EXCLUDING MONITOR 3 MONITOR 17 FLAT PANEL MONITOR  Government furnished 1 AR3WK01-030 ACCESS KEY PAD KIT 1 TECH LAB TECHNICAL LABOR (INSTALLATION) 1 CAD LAB CAD (GRAPHICS) LABOR 1 DSGN LAB SYSTEM DESIGN LABOR 1 PM LAB PROGRAM MANAGEMENT OF PROJECT CLIN 003 Company shall integrate the baby band system into the existing Andover Controls Electronic Security System, which controls access into the facility and into designated restricted areas (such as the area that will have the baby band system installe d). The current system in use is the Continuum System. The facility is using magnetic card readers (Wiegan technology) in the areas of interest. The server for the security system is located in the same room (2-56-39) that we are requesting the baby ban d server be located. The area that the band system will be installed is located on the third floor of the nursing tower, while the servers will be located on the second floor of the medical mall. These two buildings are connected. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225.7001. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Telephonic inquire s will NOT be accepted. Quotes are due on September 15, 2006 at 11:00:00 A.M. Pacific Standard Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bra dstreet number, CAGE code and Federal Tax ID number to Mrs. Darlene Anderson, darlene.anderson@us.army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/so licitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc . Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01145233-W 20060917/060915221259 (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.