Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

63 -- Combined synopsis/ solicitation for Maintenance and Service for the Naval Consolidated Brig Miramar; Detention Electronics and Systems

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, Bldg 1, 2nd Floor 937 N. Harbor Drive, Suite 212, San Diego, CA, 92132-0212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00244-07-T-0890
 
Response Due
9/14/2007
 
Archive Date
9/15/2007
 
Description
This is a combined synopsis/ solicitation for a commercial service prepared in accordance with the format in FAR subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. FISC San Diego is announcing its intent to issue a directed sole source procurement to Etech Controls Corporation under authority of FAR 6.302-1 to maintain the specialized detention security (locking) control and communications systems at the Naval Consolidated Brig, Miramar, CA. The proposed period of performance is for 01 October 2007 through 30 September 2008. The contractor shall supply all labor and materials necessary to troubleshoot and maintain all Field Devices for the following facility systems: locking control systems including panels; watch tour system; guard duress system; intercom system; paging system; staff duress system; closed circuit surveillance system. The contractor shall provide preventive maintenance, routine maintenance, and troubleshooting training during this 12-month contract. Preventive maintenance shall include routine system checks, labor for parts replacement, troubleshooting, etc. Upon contract award, the contractor shall provide the Brig?s facility Engineer with the system?s required preventive maintenance schedule, and throughout contract performance, shall perform routine preventive maintenance in accordance with this schedule. Routine service shall include contractor response within one working day to correct any system deficiency or failure that degrades the security or safety of the facility. In addition to the above, the contractor shall also provide training, both classroom and on-site training, to the Brig staff. Training will provide information on the various technical aspects of field troubleshooting techniques. Major replacement parts utilized in the repair of the system will be chargeable under a separate contractual vehicle. Minor consumables (connectors, wire nuts, solder, lubricants, test materials, etc.) will not be chargeable under a separate contract and will be considered as included in the price of this contract. The requirement is for a firm fixed price services contract. The applicable NAICS code for this action is 561261 with a size standard of $9.0 million. The proposed contract action is for commercial services and will be negotiated directly with Etech Controls Corporation. CONTRACT LINE ITEM NUMBERS (CLINs) 0001 Maintenance of Emergency Alarm and Locking System for Navy Consolidated Brig, Miramar, CA. Performance for 12 months, beginning 01 October 2007 through 30 September 2008. Price to include all labor and minor parts necessary to perform routine and emergency service calls, additional service inspection and testing, plus training in accordance with the statement of work. CLAUSES AND PROVISIONS The following clauses and provisions are applicable and hereby incorporated by reference. For full text of FAR and DFARS provisions, see http://farsite.hill.af.mil/. FAR 52.202-1 Definitions 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (ALT. I) FAR 52.204-7 Central Contractor Registration FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (ALT. 1) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies with the following applicable clauses for paragraph (b): 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-5, Trade Agreements; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.216-1 Type of Contract filled in with ?firm fixed price.? FAR 52.222-3 Convict Labor FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 ? Restrictions on Certain Foreign Purchases FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.232-17 Interest FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.242-13 Bankruptcy FAR 52.242-15 Stop Work Order FAR 52.243-1 Changes ? Fixed Price FAR 52.246-4 Inspection of Services?Fixed Price FAR 52.247-34 F.O.B. Destination FAR 52.249-2 Termination for Convenience of the Government FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004ALT A Required Central Contractor Registration DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representation and Certifications ?Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses applicable for paragraph (a): FAR 52.203-3 Gratuities, and the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252-225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of supplies By Sea) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.246-7000, Material Inspection and Receiving Report Contact the Contract Specialist for the full text of Local Clauses at catherine.winkler@navy.mil Local Clauses L-331 Review of Agency Protests and L-332 Unit Prices The Government intends to make a single award. This notice of intent is not a request for competitive proposals; interested parties must identify their ability to respond to the requirement; product literature must be included. All responsive offers must be received no later than September 14, 2007 at 7:00 a.m.
 
Place of Performance
Address: Navy Consolidated Brig - Miramar, 46141 Miramar Way, Suite 1, San Diego, CA 92145
Zip Code: 92145
Country: UNITED STATES
 
Record
SN01399345-W 20070909/070907222618 (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.