Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOURCES SOUGHT

J -- Maintenance and Repair Services of Honeywell Fire Alarm and Intrusion Detection Systems

Notice Date
9/6/2007
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG84-07-Q-AA7209
 
Response Due
9/12/2007
 
Archive Date
10/5/2007
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential Small Business Sources. This notice is issued by the U.S. Coast Guard (USCG) Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA to identify SMALL BUSINESS SOURCES capable of providing MAINTENANCE AND REPAIR SERVICES OF HONEYWELL FIRE ALARM AND INTRUSION DETECTION SYSTEMS to be performed at USCG SECTOR SAN JUAN, SAN JUAN, PUERTO RICO for a BASE plus NINE OPTION YEARS, not to exceed 120 months, if exercised by the Government, beginning 01 OCTOBER 2007. A solicitation will be issued shortly and will be synopsized on the FEDBIZOPPS at www.fedbizopps.gov and in the CBD. When issued the solicitation will appear in the FEDBIZOPPS and on the MLCLANT Intranet Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html. It is the potential offeror's responsibility to monitor these avenues for release of any future solicitation or synopsis. The Contractor shall provide all labor, supplies, materials, equipment, management, and supervision required to perform Maintenance and Repairs of Honeywell Fire Alarm Systems and Intrusion Detection Systems at the following locations on Base San Juan: (a) Fire Alarms: Building 100 (Command Center); Building 101 (MAT/ESD Support Building); and, Buildings 127 and 128 (Unaccompanied Personnel Housing (UPH)); Building 120 (Coast Guard Exchange). (b) Intrusion Detection System: Building 100 (Command Center and Intelligence Spaces). Note that both IDS-protected spaces will require accompanied access by Coast Guard personnel. The Contractor shall provide a Honeywell-Certified Technician to maintain, inspect, repair and replace as necessary the building automation hardware and software listed below: Main Control Panel including CPU; Main LCD Operator Interface w/LCD Display; System Power Supply - 120 VAC or 230 VAC; Booster Power Supply - 120 VAC or 230 VAC; RS232 Communication Board; Audio Source Unit with Microphone; Annunciator Panel; Annunciator, Each Zone; (2) 12VDC Standby Battery Pair (Large); TC807 Ionization Intelligent Smoke Detector; TC806D Duct Mounted Smoke Detector; SIGA-WTM Water Flow Tamper Module; S464A1144 Intelligent Manual Pull Station; Sprinkler Water Flow Switch; Horn/Strobe; Chime; FS 90 Panel and CA Control Board; AD Digital Input, Unsupervised 8 Circuits; AE Intelligent Loop 2 Circuits per Board; DC Accessory Relay Board - 4SPST Relays; LJ R485 Communication and Display; LL Leased Line Communication and Display Board; Panel Mounted LCD Interface; CC Audio Control Board; CE Fire Telephone Control Board; The contractor shall perform the following tasks: 1) Preventive Maintenance: A Honeywell-certified technician shall provide quarterly (every three months) inspection services. 2(a). Corrective Maintenance/Routine Service Calls: The Contractor shall provide a Honeywell-certified technician and all equipment required for one service call per week (52 per year). Response time and Working Hours: Within 3 hours of initial notification, 8:00 AM - 4:30 PM, Monday through Friday excluding federal holidays. 2(b). Emergency Service Calls and Emergency Repairs: Service Calls and Repairs in excess of those noted as part of the Corrective Maintenance may only be ordered as authorized by the Contracting Officer. The applicable NAICS Code is 561621 (Security Systems Services (except Locksmiths)) with a Small Business Size Standard of $11.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. Any interested firm capable of providing these services is requested to respond via e-mail to MARIA.L.NEGRON@USCG.MIL or facsimile at (757) 628-4134/4135, no later than 12 SEPTEMBER 2007 with the following documentation: small business certification, past performance information and capability statement. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any in formation provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement.
 
Place of Performance
Address: U.S. Coast Guard Sector San Juan, 5 Calle La Puntilla, San Juan
Zip Code: 00901-1800
Country: PUERTO RICO
 
Record
SN01396802-W 20070908/070906220637 (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.