Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

58 -- Closed Circuit Television (CCTV) System Maintenance for 23 cameras and associated peripherals.

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN171
 
Response Due
9/18/2009
 
Archive Date
10/3/2009
 
Point of Contact
Joseph Schwarz 757-396-8360 Nancy Hayden757-396-8346Nancy.Hayden@navy.mil
 
E-Mail Address
Joseph Schwarz
(joseph.schwarz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for the SOLE SOURCE procurement of commercial maintenance services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. Tri-Tronics LTD (1209 Baker Rd Suite 203, Virginia Beach, VA 23455) is the original installer of the system and has been providing all service since the installation. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice solely within the discretion of the Government.This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil). The RFQ number is N00189-09-T-N171. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and class deviation DFAR Change Notice 2009-0729. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 811211 and the Small Business Standard is $6.5M. The FISC Norfolk, NNSY Maritime Industrial Division, Contracting Department proposes to contract for: CLIN 0001 Closed Circuit Television (CCTV) System Maintenance for 23 cameras and associated peripherals. List of components is identified in the statement of work below. PERFORMANCE WORK STATEMENT (PWS) 1.Background 1.1.Tri-Tronics Ltd provides maintenance and services for CCTV, Electronic Security and Audio Communications. They have provided the maintenance for the Norfolk Naval Shipyard's (Portsmouth, VA) Waterfront Closed Circuit TV System. 2.Scope 2.1.This contract will provide repair and services for 23 cameras that are currently part of the Norfolk Naval Shipyard Waterfront CCTV System. This contract shall provide repair and services for the front-end monitoring equipment such as 6 each 21" video monitors, 1 each video switching matrix, 4 each time lapse video recorders, 2 each 16 channel video multiplexers with keyboard and 6 each video quad units. 2.2.Equipment to include: 2.2.1.WATERFRONT CCTV SYSTEM WATERFRONT CCTV SYSTEM (14 PAN/TILT CAMERA SETS) LOCATED IN THE FOLLOWING FACILITIES, BLDG 369, 510, 261, 0300,1475, 62, 1575, 74, PIER 3 GUARD TOWER, WET SLIP GUARD TOWER, TURRENT CRANE AND CONTROL ROOM MONITORING EQUIPMENT. (2) LAND BASE CITY SYSTEM; 9 PAN/TILT CAMERA SETS LOCATED IN THE FOLLOWING FACILITIES; BLDG 264, 291, 236, 1500, 491, 1503, 1439, 1460, 3RD AND LINCOLN ST. CONTROL ROOM MONITORING EQUIPMENT. 3.Requirements 3.1.Contractor shall provide proper personnel, equipment, tools and material for repairs and replacements.3.2.Contractor personnel shall be qualified to perform troubleshooting, repairs, testing, diagnostics, system programming and installation of components.3.3.Contractor shall provide technical support for the Waterfront CCTV system and perform all work in accordance to the manufacturer's specifications.3.4.Contractor shall schedule preventive maintenance no less than twice per calendar year.3.5.Contractor shall perform work inside and outside of the CIA (Controlled Industrial Area to include buildings, pier towers, along fencing, walls and light poles.3.6.The Contractor will provide suitable replacements when repairs are needed to a component to provide continuous service in the event of a failure. 4.Period of Performance 4.1.Period of Performance one year, to start upon award of contract, but not later than 28 September 2009.4.2.This work is typically conducted 07:30----16:00 M-F. This work may involve afterhours including weekends. Services to be performed at various locations at the Norfolk Naval Shipyard, Portsmouth, VA 23709, as defined in the PWS The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items ALT I; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.219-28, Post Award Small Business Program Rerepresentation (June 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order; 52.222-41 Service Contract Act of 1965 (Nov 2007)(U.S.C. 351, et seq). Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests. Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:.The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard..If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database..In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material..If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a point of contact, name, phone number and email address and business size. Payment terms: Net 30 days. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 12:30 pm ET local time on 18 SEPTEMBER 2009. Oral communications are not acceptable in response to this notice. EMAIL quotes to: JOSEPH.SCHWARZ@navy.mil, Nancy.Hayden@navy.mil or fax to: 757-396-8368. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/67756953f05172adb8b39ccff33d2461)
 
Place of Performance
Address: Norfolk Naval ShipyardVarious buildings and areas, Portsmouth, VA
Zip Code: 23709
 
Record
SN01954578-W 20090916/090915002238-67756953f05172adb8b39ccff33d2461 (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.