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

Z -- CCTV Service - Document

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3SF917A001
 
Archive Date
10/3/2009
 
Point of Contact
William T. McGrew, Phone: 01638522215
 
E-Mail Address
william.mcgrew@lakenheath.af.mil
(william.mcgrew@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Copy of document Combined Synopsis/Solicitation RFQ -CCTV MAINTENANCE - Reference (F3B3SF9127A001) Requesting Agency: 100th Security Forces Squadron (SFS), RAF Mildenhall, Brandon, Suffolk, IP28 8NG, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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 is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3SF9176A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 811211, Consumer Electronics Repair and Maintenance. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. BID SCHEDULE: Potential Offerors are to provide a quote for the following services, in accordance with the Statement of Work (SOW) attached to this solicitation: o Quote shall include a unit and total price for the following bid schedule: Closed Circuit Television (CCTV) maintenance in accordance with the attached Statement of Work (SOW) CLIN 0001- Quarterly inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording divices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software for diagnosed problems. Correct as required. Quantity - 4 Quarters Unit Price: £________ Total Price: £________ CLIN 0002-On Call emergency services Quantity - 2 Each Unit Price: £________ Total Price: £________ CLIN 0003 Required Service calls and parts, including moving cameras to different location when necessary Quantity - 24 Each Unit Price: £________ Total Price: £________ o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) o Prices shall be quoted in British Pound Sterling (£) and quotes shall be valid for a minimum of 60 days QUOTE SPECIFICS: All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Discounts for prompt payment- if any 3. Central Contractor Registration (CCR) CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (visit http://www.ccr.gov) 4. Quotes must be valid for a period of no less than 60 days. 5. Copy of Offeror Representations and Certification (see FAR 52.212-3 which is incorporated by reference) or provide updated information electronically through ORCA at https://orca.bpn.gov 52.212-1 ADDENDUM ADDENDA TO 52.212-1 QUOTATION PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of quotations, the offeror must follow the instructions contained herein. The quotation must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price, and Part II - Past Performance Information. B. Specific Instructions: 1. PART I - PRICE - Submit original and one (1) copy, if not submitted electronically a. Insert proposed unit and extended prices in the Pricing Schedule for each line item number. DO NOT round to the nearest whole amount. All prices must equal the unit price multiplied by the number of units. b. Complete the necessary fill-ins and certifications in all provisions. The provisions FAR 52.212-3 shall be returned along with the quote. 2. PART II - PAST PERFORMANCE INFORMATION -Only include recent and relevant contracts for the same or similar items and other references. a. The contractor shall submit a minimum of two (2) references in which they have performed Closed Caption Television (CCTV) Maintenance; i. Provide a list of at least two (2), of the most relevant contracts performed recently within the last three (3) years. Relevant contracts include contracts of a similar magnitude and complexity for the maintenance on CCTV cameras. Furnish the following information for each contract listed: ii. Company/Division name iii. Email address and/or Phone Number iv. Services Performed v. Contract Number vi. Contract Dollar Value vii. Period of Performance viii. Your own assessment of the contract's relevancy to performance of this contract in accordance with the relevancy guidelines in above paragraph. b. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent (within the past three years) past performance information on previous teaming arrangements with same partner. c. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: i. Requirements of the solicitation (Item Numbers) and Statement of Work (SOW), and Government standards and regulations pertaining to the SOW. ii. Evaluation Factors for Award. (End of Provision) QUOTES ARE DUE to this office no later than 3:00p.m. Greenwich Mean Time, 17 September 2009. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to william.mcgrew@lakenheath.af.mil EVALUATION OF QUOTES: This requirement is subject to FAR 52.232-18 Availability of Funds 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) PRICE (ii) PAST PERFORMANCE (b) A written notice of award or acceptance of an quote, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO 52.212-2 BASIS FOR CONTRACT AWARD: This is a competitive solicitation for quotations on a Best Value-basis conducted in accordance with FAR part 12 and FAR part 13. The Government will make award from among technically acceptable quotes, based on price and past performance. Quotations submitted in response to this solicitation will constitute agreement by offerors to fully comply with all terms and conditions; thereby representing technical merit, and considered technically acceptable. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: A. Initially offers shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each. The price evaluation will assess the reasonableness and affordability of the proposed total evaluated price. The Government may also elect to assess the realism of the proposed price where an offeror's total evaluated price is deemed too low to support successful performance for the entire performance period of the contract. B. The contracting officer shall seek recent and relevant performance information on the references provided by offerors. This information will be utilized for purpose of a past performance confidence assessment which represents the evaluation of an offeror's present and past work record to determine the Government's confidence in the offeror's ability to successfully perform. Recent performance includes CCTV maintenance that have been performed within the past three (3) years. Relevant performance includes CCTV services that are similar or greater in nature, scope, magnitude, and complexity to the effort described in this solicitation. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, subcontractor, or key employee whose contract is being reviewed and evaluated. Higher relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: Very Relevant Present/past performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance contractual effort involved some of the magnitude of effort and complexities than this solicitation requires. Not Relevant Present/past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. The assessment process will result in an overall performance confidence rating of each offeror as follows; TABLE 3- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the Government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the Government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the Government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. IG 5.5.2.2 C. The Government reserves the right to award a contract to other than the lowest evaluated priced quotation and award to a higher priced quotation with a better past performance confidence rating. In these cases, price and performance confidence are both treated as equal areas and may be traded off, one against the other. The contracting officer shall make an assessment of the price proposed and the performance confidence rating assigned to determine the best value for the Government. DELIVERY/INSTALLATION TIMEFRAME: The period of performance will be from 1 October 2009 to 30 September 2010 Primary point of contact: SrA William McGrew, Contracting Administrator, TEL: 01638-52-2215 or email: william.mcgrew@lakenheath.af.mil The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil The following clauses and provisions apply to this solicitation: Federal Acquisition Regulation (FAR): 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items with Alternate I 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-50 Combat Trafficking In Persons with Alt I 52.232-18 Availability of Funds 52.233-1 Disputes 52.237-2 Protection of Government Buildings, vegetation 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 Department of Defense Federal Acquisition Regulation (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulation (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). ___ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (7) [Reserved] ___ (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (9) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (11) (i) 52.219-9, Small Business Subcontracting Plan (Apr 2008)(15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (12) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999)(15 U.S.C. 637(d)(4)(F)(i)). ___ (14) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (16) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (19) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). ___ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (22) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). ___ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). ___ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). ___ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). ___ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). ___ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008)(42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (30) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ___ (31) 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d). ___ (32) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (33) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (38) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (40) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (41) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (43) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. ________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008)(31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (vii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ____ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (3) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (4) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (AUG 2008) (15 U.S.C. 637 note). (5) ____ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (6) ____ 252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) (10 U.S.C. 2533a). (7) ____ 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). (8) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (9) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (10) ____ 252.225-7021, Trade Agreements (NOV 2008) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (11) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (12) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (13)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (OCT 2006) of 252.225-7036. (14) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (15) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (16) ____ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (17) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (18) __X__ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (19) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (20) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (21)(i) __X__ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) __X__ Alternate III (MAY 2002) of 252.247-7023. (22) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. INSTALLATION PASSES (USAFE) (APR 2002) The performance of this contract is located on a RAF Lakenheath and RAF Mildenhall and all access to the installation is controlled by the respective Security Forces Squadrons. (a) Prior to commencing work, the Contractor shall furnish a complete list of all vehicles and personnel involved in the accomplishment of the contract work to the Contracting Officer or designated representative to ensure access to the respective installations. The following information must be furnished on this list: Vehicles: Make, model, year of manufacture, capacity, type, license number, and insurance policy number. Personnel: First and last name, date of birth, place of birth, passport or identification card number, place of residence and any such other information, as required, to satisfy individual air base or army security regulations governing access to granting of passes to the particular military establishment. *If Contractors will be driving their POV's on the installation, they will be able to obtain a pass for the extent of their USAFE Form 77 from Pass and ID once the contractor has been cleared through DVA. The contractor will have to show proof of insurance, valid MOT, valid Road Tax and original registration document to Pass and ID. While operating a motor vehicle on RAF Lakenheath, all personnel must have in their possession valid motor vehicle credentials. (b) All passes may be obtained from the Contracting Officer or designated representative approximately 10 days after the aforementioned lists have been submitted. The contractor shall inform all assigned workers that they may be subject to search, at the discretion of the installation commander, when entering or leaving the installation. (c) Installation passes will be returned immediately to the Issuing Officer when: (1) Pass has expired. (2) Pass holder is no longer employed by the Contractor. (3) Contract is completed. (4) Contracting Officer so directs. (End of clause) HOST AGENCY CHECK Security Requirements Overview 1. Local national contractor employees requiring access to United States Air Force-occupied United Kingdom bases must comply with Third Air Force Instruction 31-501, and all local Security Forces requirements. This is an overview and does not contain all the specifics contained in the Instruction. 2. New contractor employees may be escorted onto the installation, only, to fill out paperwork. The employee is not to start work until all required paperwork has been submitted to the appropriate office. 3. Prior to beginning employment on the installation, individuals must, at a minimum, have a completed Local Files Check (LFC). Individuals with LFCs, are required to be escorted by an authorized US citizen (reference Instruction 31-501 for US citizen clearance requirements) or a local national with a Security Check (SC) who has escort authority. 4. Unescorted access requires a Host Agency Check (HAC). There are two levels of background investigations that meet the standards that meet this requirement. The level of background check required, will depend on whether the position is considered sensitive or non-sensitive. a. The Counter Terrorist Check (CTC). The CTC is a national-level security and police background investigation conducted by the DVA. This is the minimum check required for all contractor/subcontractor employees in non-sensitive positions requiring unescorted installation access. The CTC expires three years from the issue date. b. The Security Check (SC). The SC includes all of the elements of the CTC but is a more comprehensive investigation and includes such actions as a credit check, interviewing relatives, determining and evaluating the individual's involvement in various organizations, verifying any past military experience, etc. This is the minimum check required for employees and contractor personnel in sensitive positions. Most SCs expire five years from the issue date. 5. Individuals employed in sensitive positions may only be assigned to and or perform the non-sensitive portion of the position until the SC is positively completed or they must be provided with direct supervision by a U.S. citizen or an individual with a completed SC. 6. Investigation renewal. All employees renewing their background investigation will complete an MOD Form 1109, Security Questionnaire. On the front cover of the form, under General Details, the employee will mark the appropriate block indicating a security questionnaire has been completed before and will complete the form with current information. Renewal paperwork should be submitted 6 months prior to the current background expiration date to avoid a possible lapse in installation access. 7. Functional Quality Assurance Personnel (QAP) will be the point-of-contact for processing security clearances. They will provide necessary documents to contractor employees, compile completed forms, submit documents to Security Forces, and sign USAFE Form 79. The following must be accomplished ‘in-turn' for all new contractor employees. Contractor will provide the following to QAP: - Completed LCF (conducted by HAC Office) - Completed MOD Form 1109, Security Questionnaire (required for CTC or SC; completed by unit submitter) - Completed USAFE Form 19, Residency Check for Employment with United States Air Forces in Europe - Completed AF Form 2583, Request for Personnel Security Action - Completed USAFE Form 79, Application for Base Entry Identification (completed by unit submitter) - Completed Basic Check Verification Record (BCVR)(verified and signed by unit submitter) 8. Upon receipt of a favourable HAC and all required documentation, the contractor employee will be issued a USAFE Form 77 which must be in the employee's possession at all times while on the installation. The expiration date of the Form 77 will be the contract expiration date or one year, whichever is shorter. The contractor is responsible for collecting and turning in to the QAP, all Form 77s for employee who are no longer in their employment. Attachment(s): Statement of Work STATEMENT OF WORK 100 ARW, RAF MILDENHALL, UK REPAIR AND MAINTENANCE OF CLOSED CIRCUIT TELEVISION SURVEILLANCE SYSTEM PART I, PROJECT SCOPE 1. Maintain and align Closed Circuit Television (CCTV) system, provide documentation and follow-on support to enhance Force Protection at RAF Mildenhall. Additionally, provide consultation and technical assistance for security related problems as agreed upon between security forces and the maintenance contractor. 2. DELIVERABLES a. UPS Units (See Attachment 1a for full details and specifications). b. Pyser-SGI TIU2 75 (See Attachment 1b for full details and specifications). c. Ademco (Honeywell) Gold Dome cameras (See attachment 1c for full details and specifications). d. Matrix and Graphical User Interface (See Attachment 1d for full details and specifications). e. Digital Video Recording System. 3. SYSTEM DESCRIPTION: The CCTVs are a surveillance system with 28 cameras covering RAF Mildenhall. The maintenance contractor shall maintain all non real property items and interface between all systems. 4. MAINTENANCE AND SERVICE: General Requirements: The maintenance contractor shall provide all services required and all test, diagnostic and support equipment necessary to maintain the entire CCTV surveillance system in an operational state as specified. Impacts on facility operations shall be minimized when performing scheduled adjustments or other unscheduled work. 5. DESCRIPTION OF WORK: The adjustment and repair of surveillance system includes all computer equipment, signal transmission equipment, and video equipment and alignment, provide the manufacturer's required adjustments and all other work necessary. 6. PERSONNEL QUALIFICATIONS: Personnel shall be qualified to accomplish all work promptly and satisfactorily. The Government shall be advised in writing of the name of the designated service representative, and of any changes in personnel. Maintenance contractor will ensure all applicable security background investigations are completed for all maintenance personnel. Contractors must be US secret cleared. 7. EXPERIENCE: The system shall be maintained by a maintenance contractor who has been regularly engaged in the installation of CCTV systems of similar type and complexity as the specified system for at least 2 years. 8. SCHEDULE OF WORK: The Maintenance contractor shall perform 2 inspections annually at a time determined by the customer and the contractor. Work shall be performed during regular working hours, Monday through Friday, excluding legal holidays. These inspections shall include but are not limited to the following: a. Visual checks and operational tests of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment electrical and mechanical controls, and a check of the picture quality/alignment from each camera. b. Run system software and correct all diagnosed problems. c. Resolve any previous outstanding problems. 9. EMERGENCY SERVICE: The Government will initiate service calls when the CCTV system and surveillance system is not functioning properly. NLT 5 calendar days after contract award the Government shall be furnished with a telephone number where the service supervisor can be reached at all times. Service personnel shall be at the site within 48 hours after receiving a request for service. The CCTV system shall be restored to proper operating condition within 72 hours after receiving a request for service. 10. OPERATION: Performance of scheduled adjustments and repairs shall verify operation of the CCTV system as demonstrated by the applicable portions of the performance verification test. 11. RECORDS AND LOGS: The maintenance contractor shall keep records and logs of each task, and shall organize cumulative records for each major component and for the complete system chronologically. A continuous log shall be maintained for all devices. The log shall contain calibration, repair, and programming data. Complete logs shall be kept and shall be available for inspection on site, demonstrating that planned and systematic adjustments and repairs have been accomplished for CCTV system. The maintenance documentation shall describe maintenance for all equipment including inspection, periodic preventive maintenance, fault diagnosis, and repair or replacement of defective components. 12. WORK REQUESTS: The maintenance contractor shall separately record each service call request, as received. The form shall include the serial number identifying the component involved, its location, date and time the call was received, nature of trouble, names of the service personnel assigned to the task, instructions describing what has to be done, the amount and nature of the materials to be used, the time and date work started, and the time and date of completion. The maintenance contractor shall deliver a record of the work performed to the customer within 5 calendar days after work is completed 13. SYSTEM MODIFICATIONS: The maintenance contractor shall make any recommendations for system modification in writing to the Government. No system modifications, including operating parameters and control settings, shall be made without prior approval of the Government. Any modifications made to the systems shall be incorporated into the operations and maintenance manuals, and other documentation affected. 14. DESCRIPTION OF SYSTEM OVERALL RELIABILITY: The system to be maintained, including all components and appurtenances, shall be configured and installed to yield a mean time between failures (MTBF) of approximately 5000 hours. This would apply to new components being added or replacing obsolete or failed components. 15. MANUFACTURERS' DATA: The data package shall include manufacturers' data for all materials and equipment and security center equipment provided under this specification. 16. SYSTEM DESCRIPTION AND ANALYSES: The data package shall include complete system descriptions. The data package shall include the following: a. Switcher matrix size. b. Camera call-up response time. c. System start up and shutdown operations. d. Switcher programming instructions. e. Switcher operating and maintenance instructions. f. Manuals for CCTV surveillance equipment. g. Data entry forms. h. Software Data: The data package shall consist of descriptions of the operation and capability of system and application software as specified. 17. KEY CONTROL PLAN: The owner/user will maintain all keys and lock to all CCTV system equipment and pre-identified facilities. 18. TRAINING DOCUMENTATION: Relative lesson plans and training documentation shall be provided by the prime equipment vendor and maintenance contractor as appropriate. 19. DATA ENTRY: The maintenance contractor shall enter all data IAW with equipment manuals, needed to make the system operational. 20. HARDWARE DOCUMENTATION: The government shall provide all vender operation and maintenance manuals describing all equipment furnished, including: a. General hardware description and specifications. b. Installation and checkout procedures. c. Equipment electrical schematics and layout drawings. d. System schematics and wiring lists. e. System setup procedures. f. Manufacturer's repair parts list indicating sources of supply. g. Interface definition. 21. OPERATOR'S DOCUMENTATION: Operator's documentation as provided by the government as appropriate, shall explain all procedures and instructions for operation of the system including: a. Video switcher. b. Cameras and video recording equipment. c. Use of the software. d. Operator commands. e. System start-up and shut-down procedures. f. Recovery and restart procedures. PART II, INSTALLATION/REPLACEMENT/INTEGRATION 1. INSTALLATION: The maintenance contractor shall only install provided government furnished system components, and appurtenances in accordance with the manufacturer's instructions. The maintenance contractor shall furnish all necessary connectors, terminators, interconnections, services, and adjustments required for a complete and operable system. 2. CURRENT SITE CONDITIONS: The maintenance contractor shall visit the site and verify that site conditions are in agreement with the provided design package. The maintenance contractor shall report all changes to the site or conditions that may affect performance or maintenance of the system to the contracting officer or designated representative. The maintenance contractor shall not take any corrective action without written permission from the Government. 3. EXISTING EQUIPMENT: The maintenance contractor shall perform a field survey, including testing and inspection of all existing CCTV system equipment and signal lines intended to be maintained, and furnish a report to the Government. The maintenance contractor shall coordinate and obtain approval through the user prior to disconnecting any signal lines and equipment, and creating equipment downtime. Such work shall proceed only after receiving Government approval of these requests. If any device fails after the maintenance contractor has commenced work on that device, signal or control line, the maintenance contractor shall diagnose the failure and perform any necessary corrections to the equipment. Attachment 1 TECHNICAL SPECIFICATIONS FOR CCTV EQUIPMENT Attachment 1a: UPS Units A, The following requirements will apply to the UPS Units: 1. Each camera station is provided with the UPS back up unit type Belkin Pro Gold 625VA Which is activated in the event of failure of the main electricity supply via the distribution system. 2. The UPS will provide power to the camera for a minimum period of 30 mins, ath the full power requirement of the camera station/pan and tilt equipment. B. The UPS is provided with the following: 1. Scalable power/redundancy and autonomy 2. High efficiency/low power consumption 3. On-line double conversion 4. High input power factor >.09 5. High stability of voltage and frequency 6. Automatic periodic battery test 7. Input/output 230 volts, 1 phase 50Hz 8. The UPS unit is suitably ventilated 9. The UPS unit will provide an "on" signal when the main electrical feed fails a. This signal is suitable for fibre optic conversion, which will them be taken to the building/local patch panel for transmission through the data highway to the control room of building 645 10. UPS alarm is displayed on the CCTV touch screen NOTE: The Digital recording equipment (installed in the building 645 equipment cabinet) is supplied with its own 1000VA UPS model PWUPS-1000D. Its specification are similar to the above. The UPS is for digital recorders only. An UPS will also be installed to provide back up for the matrix and fibre equipment in the rack and the control room equipment (except Plasma display). The specification is similar to the above except it will provide 2000VA. Attachment 1b: Thermal Imaging Cameras (Pyser TIU2 75) A. The following requirements will apply to the Thermal Imaging cameras: 1. Detector, Performance Parameters a. Un-Cooled Focal Plane Array b. 7-14 microns c. 320 x 240 pixels d. Thermoelectric cooler e. 0.08C typical measured with f1.0 germanium lens f. 45mv/C g. 625 Lines PAL h. Automatic or Manual Contrast/brightness control i. -40C to +70C operating temperature 2. Digital Processing a. RS-485 via standard telemetry board b. Gain, Level, Polarity and Lens Focus remotely controlled c. Grey scale, White-Hot/Black-Hot, switchable image 3. Optics a. 75mm f1.0, motorized electric focus Germanium Optics b. 12 H field of view for 75mm 4. Interfaces a. VCR Compatible Video Output/PAL composite video b. RS-485 via standard telemetry board Control Communications 5. Environmental a. IP66 rated 6. Electrical a. 11 - 16 Volts dc input voltage b. Surge protection for video and power Attachment 1c Ademco (Honeywell) Gold external A. Camera 1. ¼-inch CC imager 2. 2:1 interlaced scanning systems 3. 50 db signal-to-noise ratio 4. Linelock Sync Sytem B. NTSC Horizontal Resolution 1. 18X : 470TVL 2. 22X: 460TVL 3. 768 x 494 Effective pixels 4. 525 lines, 60 fields, 30 frames scanning 5. 15.734 kHz Horizontal 6. 59.94 Hz vertical C, PAL Horizontal Resolution 1. 18X: 460TVL 2. 22X: 460 TVL 3. 752 x 582 Effective Pixels 4. 625, 50 fields, 25 frames scanning 5. FCC:47 CFR Part 15, Subpart B, Class A, CE: EN55022 Class B Emissions 6. CE: EN50082-1 immunity D. Operational 1. 0.1 - 100 /second Manual Pan speed 2. 400 /second Preset Pan Speed 3. 360 continuous Pan travel 4. 0.1 to 100 / second Manual Tilt Speed 5. 200 / second Preset Tilt Speed 6. 90 Tilt Travel 7. 2% Pan/Tilt Accuracy E. Total Zoom 1. 18X, 22 X Optical Zoom 2. 8X Digital Zoom 3. 144X, 176X maximum zoom 4..025 Zoom/Focus Accuracy 5. F 0 Light Loss 6. 128 preset positions 7. 4; 128 steps Programmable preset tours 8. 4; up to 3 minutes each programmable mimic tours 9. Line-Locked w/ remote synchronization adjustment Auto Syncronization 10. BNC flying lead connector Video Output Connector F. Electrical 1. 24VAC, Class 2 LPS, 60 Hz Voltage 2. 80 watts power 3. 4.2 AMPS Power-on Rush Current G. Surge Protection 1. RS485: Protection diodes w/ Optical Isolation 2. Filtered for Transients Alarm Inputs Attachment 1d Matrix and Graphical User Interface
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3SF917A001/listing.html)
 
Place of Performance
Address: RAF Mildenhall, Brandon, Suffolk, UK, Brandon, Non-U.S., IP28 8NG, United Kingdom
 
Record
SN01954630-W 20090916/090915002325-3924342bd7892cbe1b121c9a3d0fcd6f (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.