Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

63 -- AES Security Systems

Notice Date
8/3/2009
 
Notice Type
Presolicitation
 
Contracting Office
U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, PO BOX 9115, Arlington, VA 22219
 
ZIP Code
22219
 
Solicitation Number
8650-_01
 
Response Due
8/7/2009
 
Archive Date
2/3/2010
 
Point of Contact
Name: Jennifer Leung, Title: Contract Specialist, Phone: 7038756055, Fax: 7035161520
 
E-Mail Address
leungjb@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 8650-_01. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 139009_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-07 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, AES SECURITY - STANDARD HOME ALARM KIT, 5100 PKG, 201, EA; LI 002, AES SECURITY - AES 15-0015, STEP DOWN TRANSFORMER, 1, EA; LI 003, AES SECURITY - 7000-SIS, ALARM MONITORING SOFTWARE WITH COMPUTER, 1, EA; LI 004, AES SECURITY - ON-LINE TRAINING, 1, EA; LI 005, AES SECURITY - ONE YEAR SUPPORT, 1, EA; LI 006, AES SECURITY - CAMS AES 3015-SK, TELEPHONE DIALER RECEIVER, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. 1.The Office of Acquisition Management is conducting this acquisition for Central Alarm monitoring Systems. 9. Any other facts supporting the use of other than full and open competition: Rugged ConstructionGreeces Electrical Grid Though Greece has come a long way in upgrading its electrical network, the grid still has significant problems. The system is no longer isolated, and problems in neighboring developing counties spill over into Greece, such as on July 25, 2007 when problems with the power grid in Balkan countries caused a widespread electricity blackout in Greece. Additionally, internal network problems are long-standing as shown by the 2004 blackout during the Olympic Games. Even with the introduction of new power plants to increase production capacity, the existing electrical network is inadequate to absorb the energy being produced. Embassy residential properties (leased and owned) regularly experience jolts that blow out light bulbs and damage electrical equipment. The AES 5100 Alarm system is specifically designed for use in countries where there are electrical grid problems. Each unit includes a super heavy-duty power supply to protect it from the irregular current found in Greece. The power supply can operate on a wide range of voltages and survive extremes of power fluxuation. They also include uninterrupted power supplies so the systems stay operational during frequent, one to three hour blackouts. Compatibility The AES 5100 integrates seamlessly with the AES 3015 Central Alarm Monitoring Station (CAMS). AES has over thirty years experience with residential alarms and a proven track record of ensuring compatibility of future models with previous ones, lowering overall costs as components can be recycled between current and future systems. Other alarm systems may or may not be compatible with the AES CAMS, or with other model CAMS. A failure of this years model CAMS (regardless of make) may therefore, in the out years, result in the loss of the entire network. A breakdown of the core system for protecting the Embassys Soft Target residences would place personnel at undue risk in a post rated High for Terrorism, where attacks by domestic terrorist organizations is an almost daily occurrence. With AES, based upon their history, a CAMS purchase three to six years from now will seamlessly integrate into the overall system reducing costs and decreasing critical system down time. Standardizing Standardizing the residential alarm systems used at US Embassy Athens will allow for interchangeable parts, reducing the need to purchase new equipment through cannibalization. It will reduce training costs as technicians and users can focus on a single system, and reduce storage space costs/requirements as multiple systems will not need to be stored to provide repair parts for multiple alarms. Company Longevity One of the primary reasons why the US Embassy in Athens is upgrading all of its alarms is due to the use of three residential alarm systems in the current inventory. One of these systems, only about five years old, comprises a third of the approximate 195 residences. However, that system is no longer manufactured and its parts are not compatible with the two other alarm systems. The problem is reaching crisis levels. The alarm system is the central protective system for Soft Target residences and the safety of our personnel and their families. Though the system was purchased in good faith with the belief that the manufacturer would produce it or a like, compatible product in the future, that was just not the case. AES has been producing quality residential alarm systems for over thirty years. The longevity of AES indicates it is more likely to be around in ten years so that component parts, or new backward integrating parts, continue to be available. Upgradeability The AES-patented InteliNet system creates an integrated, multi-path radio network for alarm signals to reach the CAMS without the need for costly rental or purchase of repeater stations. Each unit acts as its own repeater. The signal is passed from one unit to the next along the most direct route back to the CAMS. If a route is blocked, the system leverages other alarm systems to restructure the communication path so the signal reaches the CAMS. The InteliNet system works when the telephone lines and internet lines do not. This is vitally important in an active earthquake zone. It will continue to work during major security events (such as a building being blown up, a plane crashing, etc) even if the telephone lines are blocked by overstrain on the telephone network. The InteliNet system is an extremely flexible, self-correcting communication system. Post has not obtained the necessary frequency for use of the IntelliNet system but it is RSOs goal to move to a wireless communication alarm system once the frequency hurdle is overcome. Both the AES CAMS and AES 5100 alarms can be quickly upgraded to provide InteliNet capacity.41 USC 253 (c )(1), FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. AES is the manufacturer of the AES alarm systems, which makes them implicitly qualified and capable of selling their products and explaining how the products work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/8650-_01/listing.html)
 
Place of Performance
Address: Springfield, VA 22153<br />
Zip Code: 22153<br />
 
Record
SN01897012-W 20090805/090803235532-c84d049d323ab74be20f0d56ed1012cb (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.