Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

63 -- Upgrade Barracks Door Locksets to CAC-CARD System, for Futenma417,Futenma429, Hansen2537 and IE-Jima50, Okinawa, Japan.

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561622 — Locksmiths
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC FAR EAST, ROICC OKINAWA, N40084 NAVFAC FAR EAST, ROICC OKINAWA Unit 35006, FPO AP 96373-5006 Building 331, Camp Foster Chatan-Cho, Okinawa,
 
ZIP Code
00000
 
Solicitation Number
N4008409T2205
 
Response Due
8/25/2009
 
Archive Date
9/25/2009
 
Point of Contact
Nollie Enriquez 098-970-7613 Nollie Enriquez Tel 098-970-6713Rumiko Shimooka Tel 098-970-4181
 
Small Business Set-Aside
N/A
 
Description
This is 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 solicitation N40084-09-T-2205 is being issued as a Request for Quote, utilizing Simplified Acquisition Procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35 and DCN 20090715. NAICS Code is 561622. The following commercial items are requested in this solicitation. The contractor shall provide labor, materials, equipment, transportation, tools, supervision and any other items necessary to upgrade Barracks Door Locksets to CAC-Card System, for Futenma 417, Futenma 429, Hansen 2537, Courtney 4409, and IE-Jima 50, Okinawa, Japan, in accordance with ! the attached Statement of Work and the Floor Plan. The following factors shall be used to evaluate offers: 1. Technical Capability of the item offered to meet the government requirement. For this factor, the contractor is to provide, at a minimum, sufficient narratives, supporting documents, and any other proposal submissions a contractor deems necessary to address their Safety Plan (reference SOW), Products Samples, Catalog reference material, etc., reflecting Full Specifications, and their Warranty. 2. Past Performance; and 3. Price (the SOW provides quantities and labor effort needed). Award will be made to the lowest priced technically acceptable offeror who meets the qualification requirements in the Statement of Work. The total completion time shall be 220 calendar days. The 220 calendar days includes 90 calendar days lead time for transmittal submittals/approval and procurement of materials. Futenma 417 and Hansen 2537 shall be executed at the same time; Futenma 429 and Courtney 4409 shall be executed after completion of the first phase; and Ie-Jima 50 to be the last phase. In addition, each facility shall be executed in phases, one floor at a time and the completion days for each phases includes the Beneficial Occupancy Date (BOD) and On the Job Training (OJT). The Contractor may be allowed to fast track their overall schedule at their discretion upon request and coordination with the Contracting Officer. BOD = Beneficial Occupancy Date or the Government's Final Inspection to be executed within the completion time allowed for each facility and shall be conducted after completion of each phase. On the Job Training (OJT) = OJT for Billeting Officers and Maintenance Personnel. To be executed within the completion time allowed for each facility, including Ie-Jima. Per each barrack, provide 2 days (two sessions per day, one in A.M. one in P.M) trainings at site for the Facilities Maintenance and Barracks personnel how to maintain, repair, adjust, recode, and operate the system/software. The OJT shall be performed by the Engineers or Technicians authorized by the manufacturer of the CAC-card system. OJT is not required for Futenma 429. a.Completion Day Summary: Lead Time for Transmittals & Procurement of Materials = 90 calendar days Futenma 417 and Hansen 2537 = 60 calendar daysFutenma 429 and Courtney 4409 = 40 calendar daysIe-Jima 50 = 30 calendar daysTotal = 220 calendar days b.Phasing Plan: The facilities will be occupied during construction proceedings. The tenants, at each phase per floor, will be out during Contractor's working hours between 7:30 A.M. and 3:30 P.M, Monday through Friday. The Barracks Manager will provide full-time escorts during the construction proceedings. All work on each floor level shall be completed before proceeding to the next floor level. All work at each bedroom shall be complete at the end of the day due to security reason. The Contractor shall submit phasing plan prior to start of on-site construction. The phasing plan shall indicate detailed duration of each phase, BOD, OJT, and fire/emergency escape plan for occupants and workers, security of exterior doors under construction, safety, and strategies to minimize construction noise, debris, and disturbances to the occupants. c.Model Door: Prior to mass installation, for each facility, execute one representative sample of product and workmanship of the CAC-card lockset installed. Provide one each sample for Bedroom door, Side Exit door, and Mechanical Room door. Note that representative sample for the 1st Floor main doors are not required, they will be inspected and approved during BOD. Representative sample of the Encoder System is also required for Contractor's demonstration. d.Advance On-Site Check: Upon contract award, the Contractor will be allowed to have preliminary field investigation and to gather related on-site data. Submit schedule for approval 10 working days in advance for the Contracting Officer to coordinate with the end-users. The POC/Billeting Officers for the barracks are the following: Futenma: Mr. Kenneth Smith, Tel 636-3443 or 636-3430Hansen: Mr. Arthur Haubrich, Tel 623-7159 Ie Jima: 1stLt Christopher Dong, Tel 622-2600 or 090-6861-5291Courtney: Mr. Paul Smith, Tel 622-9617 2. SCOPE OF WORK: The scope of work numbering indicated in the schematic pdf file 'SOW Floor Plans' corresponds to the expanded description below. (Note: When printing the pdf file, make sure the pdf print setting is set to include "Document and Marked Ups", if you're printed document is in colored form, you printed correctly. If it is black & white, then wrong setting). Likewise, as part of this solicitation, a pdf file titled 'As-built Drawings' are also attached for reference; the Contractor shall not solely rely on the accuracy of the as-builts but shall provide best technical judgment. a. - REPLACE LOCKSET (See#1 in RED in the Floor Plan)--- Replace existing lockset with new Common Access Card (CAC)-Card lockset. The existing door & frames are to remain. Provide necessary modification to the doors & frames to accommodate the new CAC-card lockset. The final finish of existing doors and the frames shall appear to be new and does not show any signs of protrusion, depression and sharp edges. SOW-1 Quantity:a.Futenma 417 = 63 eachb.Hansen 2537 = 231 eachc.Futenma 429= 44 eachd.Courtney 4409= 50 each e.Ie-Jima 50= 42 eachTotal: = 430 each b. - REPLACE LOCKSET AND DOOR & FRAMES (See#2 in GREEN in the Floor Plan)--- Replace existing lockset with new CAC-Card lockset. Replace also existing door & frames including hardware with new. Provide NFPA and UL-listed 'exit device' that will match with the new CAC-card system. SOW-2 Quantity:a.Futenma 417 = 4 eachb.Hansen 2537 = 8 eachc.Futenma 429= 3 eachd.Courtney 4409= No Requiremente.Ie-Jima 50= 5 eachTotal: = 20 each c. - REPLACE LOCKSET, DOOR & FRAMES AND NEW ELECTRIC STRIKE (See#3 in BLUE in the Floor Plan)---Replace existing lockset with new CAC-Card lockset. Replace also existing door & frames and hardware with new. Provide the door with new electronic strike and card reader with timer that will match with the new CAC-card system. See also paragraph on next page titled 'Electronic Strike'. SOW-3 Quantity:a.Futenma 417 = 2 eachb.Hansen 2537 = 2 eachc.Futenma 429= 2 eachd.Courtney 4409= No Requiremente.Ie-Jima 50= 1 eachTotal: = 7 each d. - INSTALL NEW PEEP HOLES ON ALL BEDROOM DOORS (See#4 in MAROON in the Floor Plan)--- Install new peep holes, they are also called door viewer. The peep holes shall be BHMA A156.16; minimum of 160 angle view, stainless steel product, one-way view, and mounting height of 152mm from the floor. SOW-4 Quantity:a.Futenma 417 = 42 eachb.Hansen 2537 = 196 eachc.Futenma 429= 29 eachd.Courtney 4409= 40 eache.Ie-Jima 50= 16 eachTotal: = 323 each e. -Extra Stock Quantity: a. In addition to the specified quantities above, provide total of 15 each extra stock (not per barracks) of complete door lockset for bedroom. This extra stocks will be used by the Facilities Maintenance to temporary installed them during emergencies and midnight malfunction of bedroom lockset. The extra stock shall be delivered to Facilities Maintenance via the Contracting Officer after the BOD. SOW NOTES: --- The glazing shall be 6mm laminated, with built-in tinted chrome, with 0.75mm PVB interlayer. Doors and frames shall conform to UFC 4-010-01. --- The door and frames replacement shall include transom and side panels for Hansen 2537. --- The type and finish for the new doors and frames shall match existing. --- In addition to the required 'exit device' specified, each new doors and frames shall be provided with complete hardware to include hinges, door bumper, threshold, and door closer. All hardware shall meet BHMA standard and of heavy duty type manufactured of stainless steel. --- For all side exit doors, provide permanently adhered with heavy duty double sided tape, white hard-plastic board, minimum of 4-mm thick; with engrave red letters to read "THE DOOR ARE USE FOR EMERGENCY EXIT ONLY'. 3. REQUIREMENTS FOR LOCKSET: The CAC-card (Common Access Card) lockset system shall be VingCard, Model: Classic 5, 5V, Chrome or equal to meet following salient characteristics: a.The system shall be high gain magnetic CAC-card, battery-operated system capable of encoding and adopting the CAC-card as currently issued to U.S. servicemen and other authorized personnel. b.The CAC-card's lockset shall be minimum of UL 1-hour listed and ANSI Grade-1 standard with latch and deadbolt. Lockset shall be equipped with panic release such that the deadbolt and latch will retract at the same time by inside handle. It shall be capable of storing records of no less than 400 events or similar audit trails with capacity to access, monitor and extracting the events. c.Grandmaster Metal Key. The lockset, besides the CAC-card plastics keys, shall also have a 'metal key' access. The 'metal key' access shall be a Grandmaster metal key that will open all the doors for the barrack. The intent is for Fire Station's emergency access using the Grandmaster metal key as the CAC-card plastic key may malfunction during fire. Note that bedroom's individual metal key for the lockset is not required. Provide three each Grandmaster metal Key. d.The lockset shall have self-contained battery power supply with LED display. The batteries shall be standard AA-type except that a weather-proof battery-pack shall be provided for exterior doors. Lockset shall be chrome, brass, or stainless steel lever handles with escutcheon. Equip with tamper-proof fasteners at interior and no fasteners at exterior. e.The CAC-card lockset for exterior type doors shall be weather-proof type and adapted for exterior application. f.Electronic Strike. The 1st Floor's main front door and back door shall be provided with exterior wall-mounted, weatherproof CAC-card reader and hardwired to the door with electronic strikes. The card reader shall match with the overall lockset system. The electronic strikes shall be provided with timer. Provide multiple-events type timer. The timer shall be installed inside office or in ceiling and shall have locks or provided with lockable metal box. The timer shall be for standard U.S. circuitry or provide portable transformer. All electrical work shall be in accordance with NFPA 70. g.Encoder System. For each BEQ (meaning two equipment for Futenma), provide one set of manufacturer's approved Encoder System. The system shall include Computer touch-screen Monitor, Computer CPU, Portable Digital Assistant (PDA), CAC-Card Coding/Recoding Machine, Microsoft OS Compatible Software, and 5-sets of colored hardcopies of operation manuals. All equipment shall be for be standard U.S. circuitry or provide portable transformer. The encoder shall have the capacity to support entries for 300 rooms (although some barracks are only two story, Government, intent is have typical equipment). Note for Software Application, the Encoder System might not stay inside the barrack and may be permanently assigned to the Billeting Officers which are located in an another building. h.Government Salvage. All removed locksets including screws and accessories shall be marked (from which room/floor) and placed in a box and surrendered to the Contracting Officer. The ROICC will surrender them to the Facilities Maintenance Office, Work Management Unit. 4. REQUIREMENTS FOR CAC-CARD PLASTIC KEYS: The project requires 'Initial' and 'Blank' CAC-card plastic keys and keying schedule. Some barracks have different configuration or room names, the requirement shall be provided in similar fashion: a.Requirements for 'Initial' pre-coded CAC-card keys and keying schedule: (1)One independent CAC-card key for each bedroom occupant: That will open assigned Bedroom, 1st Floor Main Front & Rear doors, assigned Floor-Level Laundry and will also open all Lounges (Exercise, Kitchenette, Entertainment & Study/Computer rooms). (2)Two each CAC-card key per Floor, for Barrack Manager: That will open each Floor-Level Laundry, Storages, Linen, Alteration, Office, & Janitors and will also open all Lounges (Exercise, Kitchenette, Entertainment & Computer rooms). (3)Four each CAC-card key for Telecomm-G6/CATV: That each CAC-card plastic key will open all Telecomm Rooms at all floors. (4)Four each card key for Maintenance Personnel: That will open 1st Floor Main Front & Rear doors and open all Mechanical and Boiler rooms at all floors. (5)Two each Grandmaster CAC-key for Fire Station: That will open all interior and all exterior doors of the BEQ. (Note that this requirement is different from 'Grandmaster Metal Key' as previously specified). (6)Two each per floor, Master key CAC-key for BEQ Manager: That will open all doors except Mechanical and Boiler rooms. (7) All 'Initial' CAC-card plastic keys shall have printed "Logo", see next paragraph. b.Requirements for 'Blank' CAC-card plastic keys: (1) Besides 'Initial' CAC-card, provide 1,000-each, blank plastic key. The plastics keys shall be machine printed with 'Logo". Each camp will provide their own logo sample; the Contractor shall coordinate what type of electronic media and graphic scale sample they need in order for the Government to supply the information. 5. SAFETY REQUIREMENTS. Submit safety plan in accordance with Safety and Health Requirements Manual, U. S. Army Corps of Engineers EM 385-1-1 and as herein specified. All fire alarms and smoke detectors shall be provided with protective cover daily at area of construction to protect them from dust and cause of false alarm, the cover shall remove daily at the end of work day. The Contractor shall provide daily protection of building element and containment of dust and debris. Likewise, the Contractor's workers shall wear protective gear and use safety goggles as required by the type of work as identified in their Safety Plan; knowledge of safety plan and instruction bulletins in case emergencies. 6. WORKING HOURS: Regular working hours shall consist of a 7-hour period established by the Contractor Officer, between 7:30 A.M. and 3:30 P.M, Monday through Friday. Work outside regular hours and during Holidays will not be allowed. 7. APPLICATION PUBLICATIONS: Unless otherwise specified, all work shall conform to the standards described below: a.Builders Hardware Manufacturers Association (BHMA) b.Japanese Industrial Standards (JIS) c.Safety and Health Requirements Manual, U. S. Army Corps of Engineers EM 385-1-1 d.Department of Defense (DOD) Japan Environmental Governing Standards (JEGS) e.Common Specification for Electrical Work, supervised by the Ministry of Construction, Japan ("Denki-setsubi-kooji Kyootsu Shiyoosho") f.National Fire Protection Association (NFPA) g.2005 NFPA 70, National Electric Code h.National Electrical Manufacturers Association (NEMA) i.American National Standards Institute (ANSI) j.American Society for Testing and Materials (ASTM) k.Underwriters Laboratories (UL) l. UFC 4-010-01 DoD Minimum Antiterrorism Standard for Building (UFC) 8. SUBMITTALS: Submit data for the following items for approval. Unless specified otherwise, provide fours copies of each transmittal: a.Administrative Submittals: (1)Phasing Plan. (2)Safety Plan. b.Shop Drawings: (1)Modification to existing doors & frames to adopt CAC-card lockset. (2)New 1st Floor main front and main back door & frames, including glazing, hardware, electronic strikes and timer. (3)New exit doors & frames, including hardware schedule and signboard. c. Product Data: (1)CAC-Card lockset system. (2) Doors & Frames. (3) Hardware. d Samples: (1) CAC-Card lockset system. (2) Hardware. e. Closeout Submittals: (1)Encoder System. Submit as specified in paragraph titled 'Encoder System'. (2) As-built drawings, 2-each CD-R, electronic PDF file. The as-builts shall indicate what type and model install at each door. (3) CAC-Card Keys and Keying Schedule. Submit as specified in paragraph titled 'Requirements for CAC-Card Keys and Keying Schedule'. (4)Grandmaster Metal Key, 3-each. See also paragraph titled 'Grandmaster Metal Key'. (5) Government Salvage. Submit as specified in paragraph titled 'Government Salvage'. (6) Warranties. 9. WARRANTY OF SERVICES: All work performed by the Contractor shall be warranted against defects in material and workmanship for one year. Any recurrence of maintenance problems due to defects in material or workmanship within this time frame shall be repaired or replaced by the Contractor at no additional cost to the Government. It may depends upon the type of defects or discrepancies per Contracting Officer's evaluation, the Contractor are required to repair 'any defects' no later than 3 working days after receipt of the notice. Damage to the Government and private property by such defects shall be repaired or replaced at no additional cost to the Government. - End of Statement of Work - Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF1449. A purchase order will be in existence once the Contracting Officer has signed the order. The following provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items and FAR 52.212-2 Evaluation--Commercial Items Evaluation Criteria: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability of the item offered to meet the government requirement. For this factor, the contractor is to provide, at a minimum, sufficient narratives, supporting documents, and any other proposal submissions a contractor deems necessary to address their Safety Plan (reference SOW), Products Samples, Catalog reference material, etc., reflecting Full Specifications, and their Warranty. 2. Past Performance - (Please see the attached Evaluation Factors) Provide a list of contracts similar in size and complexity of this solicitation completed during the past 3 years and all contracts currently in process must be provided. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial customers. A past performance questionnaire is provided in the attached Evaluation Plan, Exhibit A. The questionnaire can be completed by the contractor and submitted with their proposal. Evaluation of 2 past performances will often be subjective. 3. Price - (the SOW provides quantities and labor effort needed with some reference the above paragraph 2, sub paragraphs a thru e, which provides quantities). Award will be made to the lowest priced technically acceptable offeror who meets the qualification requirements in the Statement of Work. The following additional FAR Clauses apply: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items. FAR 52.212-4 Contract Terms and Conditions--Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-8, 52.219-14, 52.219-28, 52.333-3, 52.233-4, 52.219-6, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, and 52.232-33. DFARS 252.204-7004 Required Central Contractor Registration, 252.243-7001 Pricing of Contract Modifications and apply to this acquisition. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 252.203-3 and the following clauses in paragraph (b): 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, 252.225-7041,252.225-7042,252.233-7001and 252.247-7024. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. This contract incorporates clauses that may be accessed through the following websites: http://www.arnet.gov/far/ and http://farsite.hill.af.mil. Telephonic inquires will not be accepted; any direct questions relating to Scope of work will need to be emailed to nollie.enriquez.rp@usmc.mil. Quotes are due on 25 August 2009 at 1400 PM. (Japan Standard Time). Quotes together with the completed representation and certifications must be submitted at ROICC Camp Butler Bldg 331 2nd Floor Camp Foster. Site visit will be schedule on the following dates: 20 August 2009 10:00AM at IeJima Bldg 50 POC: Mr. Basiano Tel no. 098-970-4210; 21 August 2009 9:00 AM at Futenma Bldg 417 and Bldg 429; 10:30 AM at Camp Courtney Bldg 4409 POC: Mr Shun Tel no. 098-970-4268 and 1:00 PM at Camp Hansen Bldg 2537. POC: Mr. Basiano Tel no. 098-970-4210. If you need a visitor pass at Futenma, please submit the Names, Date of Birth, Height (In), Weight (lbs), Eye Color, Gender, Present Address and Vehicle license number to Mr. Shun e-mail address Hiroshi.shun.ja@usmc.mil or Ms Nollie e-mail address Nollie.enriquez.rp@usmc.mil. not later than 12 August 2009 1400 PM.. Visitors may be required to present documentation evidencing personal identification and firm affiliation. Contractors are required to have representative who understand and can speak English.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084B/N4008409T2205/listing.html)
 
Record
SN01906424-W 20090812/090811002706-a79afd3e05b726d602aafdb8cfcc140e (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.