Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

63 -- UL Certified Monitoring Services locations throughout Rhode Island in support of the RIANG Guard. The contractor is required to provide continuous monitoring for Government-Owned Intrusion Detection Systems (IDS).

Notice Date
10/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-07-T-0003
 
Response Due
11/2/2006
 
Archive Date
1/1/2007
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912LD-07-T-0003 and is issued as a Request for Quotation (RFQ). This combined synopsis/solicitation document incorporates provisions and clauses that are in e ffect through Federal Acquisition Circular FAC 2005-13, Effective 28 Sep 2006 & Class Deviation 2005-o0001. This acquisition is UNRESTRICTED. NAICS is 561621 and business size standard is $11.5. The U.S. Property & Fiscal Officer for Rhode Island intend s to enter into a contract for UL Certified Monitoring Services for fourteen (14) locations throughout the State of Rhode Island in support of the Rhode Island Army National Guard. The contractor is required to provide continuous (24/7; 365 days) monitori ng for Government-Owned Intrusion Detection Systems (IDS) that consist of multi-zone, multi-area configuration, notification of proper authorities and providing system information on a scheduled basis or if and when requested by the Contracting Officer or duly authorized Government Representative(s) for the Base Period of 1 November 2006 through 31 October 2007 and four (4) Option Years. Contractor must be ready to begin coordination/set-up/establish connection with the Government and an on-site third-pa rty hardware installation technician Not Later Than (NTL) November 3, 2006. CLIN 0001- INFORMATIONAL CLIN. CLIN 0001AA - Alarm Monitoring Services  BASE YR, 12 months, UL Certified Monitoring Services for fourteen (14) locations throughout the State of Rhode Island for the period of 1 Nov 2006 through 31 Oct 2007. See the Statement of Work for requirements. CLIN 0001AB - Weekly Digital Test, 12 months, for fourteen (14) locations for the period of 1 Nov 2006 through 31 Oct 2007. CLIN 0001AC - Testin g, Open and Close Vaults  BASE YR, Via remote access. See Item 5 (below), Section titled Testing of the Statement of Work. Please provide a unit price per occurrence: $___________ for the period of 1 Nov 2006 through 31 Oct 2007. CLIN 0002 - INFORMA TIONAL CLIN - OPTION YR 1. CLIN 0002AA - Alarm Monitoring Services, OPTION YR 1, 12 months, UL Certified Monitoring Services for fourteen (14) locations throughout the State of Rhode Island for the period of 1 Nov 2007 through 31 Oct 2008. See the Statem ent of Work for requirements. CLIN 0002AB - Weekly Digital Test, OPTION YR 1, 12 months for fourteen (14) locations for the period of 1 Nov 2007 through 31 Oct 2008. CLIN 0002AC - Testing, Open and Close Vaults  OPTION YR 1, Via remote access. See Ite m 5 (below), Section titled Testing of the Statement of Work. Please provide a unit price per occurrence: $___________. Period of Performance: 1 Nov 2007 through 31 Oct 2008. CLIN 0003, INFORMATIONAL CLIN - OPTION YR 2. CLIN 0003AA, Alarm Monitoring Services  OPTION YR 2, 12 months, UL Certified Monitoring Services for fourteen (14) locations throughout the State of Rhode Island for the period of 1 Nov 2008 through 31 Oct 200 9. See the Statement of Work for requirements. CLIN 0003AB, Weekly Digital Test, OPTION YR 2, 12 months, for fourteen (14) locations for the period of 1 Nov 2008 through 31 Oct 2009. CLIN 0003AC, OPTION YR 2, Testing, Open and Close Vaults, Via remote access. See Item 5 (below), Section titled Testing of the Statement of Work. Please provide a unit price per occurrence: $_________. Period of Performance: 1 Nov 2008 through 31 Oct 2009. CLIN 0004, INFORMATIONAL CLIN - OPTION YR 3. CLIN 0004AA, Alarm Monitoring Services  OPTION YR 3, 12 months, UL Certified Monitoring Services for fourteen (14) locations throughout the State of Rhode Island for the period of 1 Nov 2009 through 31 Oct 2010. See the Statement of Work for requirements. CLIN 0004AB, Weekly Digital Test, OPTION YR 3, 12 months for fourteen (14) locations for the period of 1 Nov 2009 through 31 Oct 2010. CLIN 0004AC, Testing, Open and Close Vaults  OPTION YR 3, Via remote access. See Item 5 (below), Secti on titled Testing of the Statement of Work. Please provide a unit price per occurrence: $________. Period of Performance: 1 Nov 2009 through 31 Oct 2010. CLIN 0005, INFORMATIONAL CLIN - OPTION YR 4. CLIN 0005AA, Alarm Monitoring Services  OPTI ON YR 4, 12 months, UL Certified Monitoring Services for fourteen (14) locations throughout the State of Rhode Island for the period of 1 Nov 2009 through 31 Oct 2010. See the Statement of Work for requirements. CLIN 0005AB, Weekly Digital Test, OPTION Y R 4, 12 months for fourteen (14) locations for the period of 1 Nov 2009 through 31 Oct 2010. CLIN 0005AC, Testing, Open and Close Vaults  OPTION YR 4, Via remote access. See Item 5 (below), Section titled Testing of the Statement of Work. Please pro vide a unit price per occurrence: $___________. Period of Performance: 1 Nov 2009 through 31 Oct 2010. CERTIFICATION(S): The contractor must comply with Underwriters Laboratories (UL) 827 for Safety Central Station Alarm Services and shall provide, wi th their quote, a copy of the UL Certification. Also, the Contractor shall be a current Department of Defense monitoring station (provide evidence of such with your quotation). In addition, the Contractor shall demonstrate ability to handle high security installations, such as vaults, by providing at least three (3) references of similar projects/contracts. The Contractor shall conduct National Agency Check (NAC) checks for all personnel handling the monitoring services and shall make the data/informatio n available to the Contracting Officer, if and when requested. COVERAGE: The Contractor shall provide continuous alarm monitoring coverage, 24-hours a day, 7 days per week, 365-days per year. TESTING: The Contractor shall provide the following required testing: 1. Provide for Test Timers on a daily basis. 2. Put the system on test at any time for a specified time, when notified by the Contracting Officer or an authorized Government person provided to you in writing by the Contracting Officer. 3. Weekly cellular phone tests. 4. Provide one (1) permanent free account for Government testing and Government shop use. 5. Open and close vaults via remote access, if and when request by the Contracting Officer or an authorized Government person provi ded to you in writing by the Contracting Officer. REPORTS: The Contractor shall the Government monthly Log (only) Activity Report for each system/account (14 locations) via e-mail to the appropriate Government person. Points of Contact(s), email address( es) and mailing address shall be provided at time of award. NOTIFICATION(S): The Contractor shall: 1. Immediately notify the Government of troubled conditions via telephone. A telephone roster shall be provided at time of award. 2. Notify the proper authorities before initiating callbacks to Government personnel. REQUIREMENT(S): The Contractor shall: 1. Provide access of account information over a secure network (e.g., Sims web, E-Link) to authorized Government personnel. Access will allow the Go vernment access to any/all reports for the government accounts whenever necessary. Provide the Government two (2) toll free phone numbers for reporting (authorized Government personnel to Contractor - not clear what this means). Central Station shall hav e multiple redundancies for phone communication using fiber optic cable with back-up by traditional copper wire. 1. Receive from the Government a custom module of Contract ID Codes designed specifically for the installations. 2. Possess redundant commu nications and power systems to assure receipt of alarm signals. 1. Accept codes received by a back-up cellular service (Numerex). 2. Allow Government ESS Pe rsonnel tours of the facility at any time with prior coordination. 3. If the Contractor provides answering services (during normal working hours), the services shall be provided separately from monitoring services, in a different location. This locatio n shall be either in a different room in the facility or at a different location/building. 5. Personnel shall not be providing answering services while monitoring alarms. BILLING: Invoices shall be submitted monthly, in arrears, to the address in block 15, page 1, of this document. Failure to submit invoices to that address will delay payment. OFFER DUE DATE and TIME: Quotations are due not later than 2:00PM on Thursday, November 2, 2006 and are to be faxed to Mrs. Mona Morin at 401-275-4305 or email to mona.morin@us.army.mil. If you should have any questions, please contact Mrs. Mona Morin at 401-275-4248 or Ms. Lori Zolofra at 401-275-4245 (email lori.zolofra@us.army.mil).
 
Record
SN01173056-W 20061101/061030220440 (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.