Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

63 -- Monitoring and Maintenance of Bosch D7412G Systems

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
XA9H5A9XS174MP
 
Archive Date
3/17/2009
 
Point of Contact
Amber D. Barnhart, Phone: 6182299506
 
E-Mail Address
amber.barnhart@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Reference #: XA9HSA9XS174MP The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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; quotes are being requested and a written solicitation will not be issued. This acquisition is for the purchase of monitoring and maintenance services for three Intrusion Dectection Systems. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The applicable NAICS code is 561621. The Small Business Size Standard for NAICS code 561621 is $12.5 million. This requirement is not set-aside. You must provide pricing for all services listed, partial bids will not be accepted. All quotes must be from vendors who are authorized to service the OEM. The use of Wide Area Workflow (WAWF) is the intended method of payment. You must be registered in Wide Area Work Flow (WAWF) to receive payments. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Labor Category Base Year Option Year 1 Option Year 2 Option Year 3 Option Year 4 Monitoring System 1 Maintenance & Repair Semi-Annual Inspection Monitoring System 2 Maintenance & Repair Semi-Annual Inspection Monitoring System 3 Maintenance & Repair Semi-Annual Inspection Please see the Statement of Work (SOW) below for complete details on the requirement. The Period of Performance will be from the Date of Award, 2009 thru Date of Award, 2010 with four (4) Option Years. Base Year: 2009-2010 Option Year 1: 2010-2011 Option Year 2: 2011-2012 Option Year 3: 2012-2013 Option Year 4: 2013-2014 All quotes are due NLT 02 March 2009, 9:00 a.m. CST. Please contact Amber.Barnhart@DISA.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items ­­­­­­­­­­­­­­­­­__________________________________________________________________________ STATEMENT OF WORK (SOW) as of 20 FEB 2009 Contract Number: (completed by the KO at time of TO award) Task Order Number: (completed by the KO at time of TO award or N/A) 1. 1. Task Monitors (TMs). a. Primary TM. Name: Mike Gudgel Organization: Defense Manpower Data Center Department of Defense Activity Address Code (DODAAC): H98259 Address: Phone Number: Fax Number: E-Mail Address: b. Alternate TM. Name: Greg Boyd Organization: Defense Manpower Data Center DODAAC H98259 Address: Phone Number: Fax Number: E-Mail Address: 2. Task Order Title. Intrusion Detection System Monitoring & Maintenance 3. Background. Defense Manpower Data Center (DMDC - http://www.dmdc.osd.mil/) is a highly referenced source for comprehensive repositories and associated resources of personnel, manpower, training and financial data within the Department of Defense (DoD). DMDC’s data and programs encompass the military personnel life cycle from accession to retirement, reserve components, families and dependents of Service Members, and civilian employees of the DoD. To facilitate the speed and accuracy of responding to data requests, DMDC maintains the data in a variety of media: files, data delivery systems, and published reports. DMDC also manages several operational programs using these databases. Automated Personnel data extends back in time to the early 1970s, while the other categories of data represent significant holdings, and in most cases provide the only single source of commonly coded data on the Military Services. DMDC's primary function is to support the management information requirements of the Office of the Under Secretary of Defense for Personnel and Readiness (OUSD/P&R). DMDC also provides data and analysis for other OSD offices, agencies, and individuals outside the DoD. Clients of DMDC have included Congressional offices, the Office of Management and Budget, the Defense Finance and Accounting Service, the General Accounting Office, Office of Personnel Management, and a variety of military components. Operationally, DMDC has supported the identification of delinquent debtors on Government Loan programs, setting active Duty housing and living allowances, analyzing troop readiness, and in contributing to reports studying historical trends in the military – through centralized data sources. 4. Objectives. DMDC expectations is to have monitoring (including, intrusion alarm, backup monitoring, eService & Opening & Closings), Full Maintenance Service: (24X7, 365 days) covers Labor and Equipment cost for normal “wear & Tear” repair or replacement and includes Batteries and 24X7 Technical Assistance, Semi-Annual Preventative Maintenance: (including visual inspection of all devices, test of system components, cleaning of devices as needed, and verification of communication links and to be UL 2050 cetified. The Defense Manpower Data Center (DMDC) has built a secure facility and procured a UL-2050 IDS that is required to be in compliance with DCID 6-9 (Physical Security Standards for Sensitive Compartmented Information Facilities). The DCID 6-9 Manual, Annex B "sets forth the requirements and establishes the Standard for Intrusion Detection Systems (IDS) and associated operations for Government and Government-Sponsored Sensitive Compartmented Information Facilities (SCIFs). Compliance with these requirements is mandatory for all SCIFs established after the effective date of this annex." Specifically, Section 5.1 (of Annex B) covers IDS Monitoring and states the following: 5.1 Monitoring. 5.1.1 Monitoring Station Staffing. The monitoring station shall be continuously supervised and operated by US citizens who have been subjected to a trust-worthiness determination (favorable NAC with no clearance required). Non-US citizens shall not provide these services without prior written approval by the CSA. 5.1.2 Monitoring Station Operator Training. Monitoring station operators shall be trained in IDE theory and operation to the extent required to effectively interpret incidents generated by the IDE and to take proper action when an alarm activates. 5. Scope. Provide UL 2050 certified Monitoring and Maintenance service for 3 Intrusion Detection Systems to include the following; Full Maintenance Semi-Annual Inspections Monitoring with backup communication – Monitoring Center must have cleared personnel to monitor these systems Opening & Closing Tracking Must be a local area within 50 Miles radius 6. Specific Tasks. To provide Monitoring and Maintenance for 3 Intrusion Detection systems: Monitoring (including, intrusion alarm, backup monitoring, eService & Opening & Closings) Full Maintenance Service: (24X7, 365 days) covers Labor and Equipment cost for normal “wear & Tear” repair or replacement and includes Batteries and 24X7 Technical Assistance Semi-Annual Preventative Maintenance: (including visual inspection of all devices, test of system components, cleaning of devices as needed, and verification of communication links UL 2050 Certificate System #1 Consists of 1 Bosch D7412G Control Panel with battery backup 1 Bosch Keypad 1 Bosch Network Interface module 12 Ceiling Mount Motion Detectors with tamper 3 Glass break Detectors with tampers 2 Balanced Magnetic Switches for doors System #2 Consists of 1 Bosch D7412G Control Panel with battery backup 1 Bosch Keypad 1 Bosch Network Interface module 5 Ceiling Mount Motion Detectors with tamper 1 Balanced Magnetic Switches for doors System #3 Consists of 1 Bosch D7412G Control Panel with battery backup 1 Bosch Keypad 1 Bosch Network Interface module 4 Ceiling Mount Motion Detectors with tamper 2 Glass break Detectors with tampers 1 Balanced Magnetic Switches for doors 7. Place of Performance. Defense Manpower Data Center, 400 Gigling Road, Seaside, California 93955 8. Period of Performance : The Period of Performance will be from the Date of Award, 2009 thru Date of Award, 2010 with four (4) Option Years. Base Year: 2009-2010 Option Year 1: 2010-2011 Option Year 2: 2011-2012 Option Year 3: 2012-2013 Option Year 4: 2013-2014 9. Delivery Schedule. ASAP but No Later Than (NLT) 30 Days After Receipt of Order (ARO) 10. Security. 11. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) 12. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. b. Identification of Potential Conflicts of Interest (COI) c. Identification of Non-Disclosure Requirements. d. Packaging, Packing and Shipping Instructions. e. Inspection and Acceptance Criteria. 13. Section 508 Accessibility Standards. The following Section 508 Accessibility Standard(s) (Technical Standards and Functional Performance Criteria) are applicable (if box is checked) to this acquisition. Technical Standards 1194.21 - Software Applications and Operating Systems 1194.22 - Web Based Intranet and Internet Information and Applications 1194.23 - Telecommunications Products 1194.24 - Video and Multimedia Products 1194.25 - Self-Contained, Closed Products 1194.26 - Desktop and Portable Computers 1194.41 - Information, Documentation and Support The Technical Standards above facilitate the assurance that the maximum technical standards are provided to the Offerors. Functional Performance Criteria is the minimally acceptable standards to ensure Section 508 compliance. This block is checked to ensure that the minimally acceptable electronic and information technology (E&IT) products are proposed. Functional Performance Criteria x 1194.31 - Functional Performance Criteria
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3102c16cabbc0e033ab1c382f43f2666&tab=core&_cview=1)
 
Place of Performance
Address: Defense Manpower Data Center, 400 Gigling Road, Seaside, California, 93955, United States
Zip Code: 93955
 
Record
SN01755690-W 20090226/090224220511-3102c16cabbc0e033ab1c382f43f2666 (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.