Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

J -- Preventive and Remedial maintenance of security system

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SB3100-7274-1559
 
Response Due
9/13/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for 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 solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SB3100-7274-1559. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-19, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070828 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2007-11 and FARS Dev. 2007-11. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This acquisition is 100% service disabled veteran owned small business set-aside. The associated North American Industry Classification System (NAICS) Code is 561621 and the small business size standard is $11,500,000. The Defense Distribution Depot Corpus Christi (DDCT) located in Corpus Christi, TX has a requirement for all necessary material, labor, parts, equipment and supervision to provide alarm monitoring and repair services for DDCT security system in accordance with the Statement of Work (SOW). The equipment is located in various buildings and a list of buildings follows the SOW. Period of performance is 01 October 2007 through 30 September 2008. Offerors shall submit pricing for the above identified service in the following format: CLIN 0001 - 12 months at $ ______Mo and total $_______. Contractor shall submit invoices on a monthly basis. Payment will be made monthly in arrears. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition along with the followed addenda to this provision: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) Database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov The following two (2) paragraphs are hereby deleted from FAR 52.212-1. (h) Multiple awards and (i) Availability of requirements cited in the solicitation. FAR 52.212-2 Evaluation ? Commercial Items Evaluation for award shall be in accordance with FAR 13, Simplified Acquisition procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. The government intends to award a Firm-Fixed price contract resulting from this notice on the proposal that provides the total lowest price for the above service and meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of past performance information that provides evidence that the contractor has a record that indicates the capability to perform these services. FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal and past performance may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.219-27 -- Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside. FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restriction on Certain Foreign FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items applies to this acquisition DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercials Items. The following additional clauses/provisions are applicable to this requisition: DFARS 252.232-7003 Electronic Submission of Payments Requests All responsible service disabled veteran owned small business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a contractor mustr be determined to be responsible in accordance with FAR 9.104. Price quotations and completed certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00 PM EST, 13 Sep 2007: (1) email to: Vonda.debolt@dla.mil (2) facsimile to: Vonda DeBolt, 717-770-7591 In accordance with the above date and time, failure to submit all of the above requested information may result in the proposal being eliminated from consideration for award. The Point of Contact for further information regarding this synopsis/solicitation is Vonda DeBolt, Contract Specialist, phone: 717-770-6145. STATEMENT OF WORK Contractor will provide all labor, equipment, material, and technician to provide preventative maintenance (PM) service and unscheduled ?on-call? remedial maintenance (RM) service, as necessary, to assure continuous operation of all electronic access card readers. Contractor will be proficient in the use and programming of Northern Computers software WinPak 2.0 Release 3 as well as the Northern Computers alarm panels used at DDCT. Equipment to be maintained is located at the Defense Distribution Center Corpus Christi, Building 1846, 11, 22, 1857, 1812, 1869 A&B, Lot 550 and Lot 210, Naval Air Station, Corpus Christi, TX. Contractor shall perform all work ?on-site? at the location of each piece of equipment. Contractor will keep spare parts on hand that are necessary to assure the continuous operation of the electronic security system. Spare parts shall include, but not be limited to, magnetic locks, card readers, batteries, power supplies, multiplexers, DVRs, cameras, door contacts, motion detection devises and any other parts necessary to maintain the integrity and operation capability of the intrusion alarms, Gates to Lot 550 and Lot 210 and surveillance cameras. Preventative Maintenance (PM) Service: Contractor will physically inspect and perform preventative maintenance service on gates to Lot 550 and Lot 210 and the complete ESS (Northern Computers alarm system) one (1) day each month. Contractor will physically inspect and perform preventative maintenance service on the CCTV system one (1) day each month. Preventative maintenance service will be performed during the government?s normal business hours, Monday through Friday, between the hours of 7:00AM and 3:30PM. Contractor will not be required to perform any type of routine monthly maintenance service outside normal business hours or on Saturday, Sunday, or any federal holiday. Monthly maintenance service will include: Check all wired screw terminals in each Northern panel and power supply panels, approximately 800 terminals. Check all transformers voltage to all panels. Load test all backup batteries. Test all card readers. Test all alarmed areas to include duress alarms for proper alarm annunciation. Test Gates at Lot 550 and 210 for proper operation. Supply a lift, to clean and Rain-X outdoor cameras. Clean indoor cameras as needed Test camera head-in equipment for proper operation Check control monitor system to make sure that programming of cameras are operating properly. Supply a service ticket and written test report of the condition of all equipment. Check the Winpak database and perform maintenance as required. All preventative maintenance will be performed on a date agreed upon between the contractor and the depot security office. All monthly maintenance service must be scheduled in advance. Contractor?s service technician(s) will be required to ?check in? at the DDCT Visitor Control, Bldg 1846, upon arrival at the depot to perform service. Contractor will have all equipment returned to working order upon the completion of monthly service. There shall be no additional charge for equipment required to perform monthly maintenance service. Contractor will provide a record of monthly auxiliary power sources checked for the ESS. Remedial Maintenance. Contractor shall provide unscheduled (on-call) remedial maintenance service, as requested. All requests for remedial maintenance service will be placed verbally (called in) by DDCT Security Officer to acknowledge receipt of service call. Any telephone response to service call requests from the contractor is considered to be acknowledgement that a problem exists, not a response to service call request. Remedial Maintenance Response Time: Contractor shall respond to each request for remedial maintenance service within 24 hours after receipt of service call. Contractor?s service technician shall report to DDCT Visitor Control, Bldg 1846, upon arrival at the depot to perform service. All remedial maintenance service shall be performed during the government?s normal business hours, Monday through Friday, between the hours of 7:00AM and 3:30PM, excluded are Saturday, Sunday, or any federal holiday. Additional parts provided by the contractor beyond those required to be maintained by the contractor for remedial maintenance are billable. Invoices for parts must be broken down by part number, description, quantity, unit cost and total amount. Emergency Maintenance: Contractor shall provide unscheduled (on-call) emergency maintenance services are requested. Emergencies are defined as any failure of the alarm system or CTV that would render DDCT inoperable, the inability to secure a DDCT facility, or the inability to secure a DDCT Restricted Area, or the inability CCTV to provide coverage of DDCT facilities or gates that fail to secure Lot 550 and lot 210. All requests for emergency maintenance service will be placed verbally (called in) by DDCT Security Officer to acknowledge receipt of service call. Any telephone response to service call requests from the contractor is considered to be acknowledgement that a problem exists, not a response to service call request. Emergency Maintenance Response Time: Contractor shall respond to each request for emergency maintenance service within 2 hours after receipt of service call. Contractor?s service technician shall report to DDCT Visitor Control, Bldg 1846, upon arrival at the depot to perform service. If after duty hours, service technician may proceed to the affected area in need of service. Additional parts provided by the contractor beyond those required to be maintained by the contractor for emergency maintenance are billable. Invoices for parts must be broken down by part number, description, quantity, unit cost and total amount. Service Ticket: Upon completion of any service provided under this contract, contractor is required to provide the DDCT Security officer with a service ticket. Each service ticket must be signed by a government POC and shall include the following information: equipment service and location, time utilized to complete service, any parts utilized to complete service, date service call was completed and name of contractor?s service technician. LISTING OF EQUIPMENT Bldg 1846, Room 204 and 204A Northern Computer for Access Control Color printer for badges CCTV Monitors and three CPUs Multiplexer Color camera for taking pictures 1 Keypad for intrusion alarm 4 Remote duress alarms 1 Airphone KB-3HRD 1 Matrix switcher 1 UPS for backup power 1 Oki Microcline 186 9 pin printer DataCard Image Card III Printer 2 Card readers 1 Matrix switcher Bldg 1846 3 Black & White stationary cameras 5 Color stationary cameras Intrusion devices on doors 2 Keypad for intrusion alarm Bldg 1846 WH 6 Color pan and tilt cameras (inside) 3 Color pan and tilt cameras (outside) 1 Keypad for intrusion alarm Intrusion devices on doors 9 Card readers Bldg 11 2 Color pan and tilt cameras (outside) 2 Color pan and tilt cameras (inside) 1 Card reader Bldg 1869A 1 Color pan and tilt camera (inside) 1869 1 Color pan and tilt camera (inside) Bldg 1857 1 Black & White stationary camera (inside) 1 Color stationary camera (inside) 1 Color pan and tilt cameras (outside) Intrusion devices on doors 2 Keypads 2 Card readers Bldg 22 1 Color pan and tilt camera (inside0 Motion and door contacts 1 Keypad 1 Card reader Bldg 1812 1 Keypad Motion and door contacts 2 Color pan and tilt cameras (inside) 1 Card Reader
 
Place of Performance
Address: Defense Distribution Depot Corpus Christi, 540 1 st street SE, Corpus Christi, TX
Zip Code: 78419-5208
Country: UNITED STATES
 
Record
SN01391735-W 20070902/070831220141 (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.