Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

63 -- Preventive and Repair/Corrective Pro Watch (Honeywell) Security Maintenance Service

Notice Date
12/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
 
ZIP Code
30341
 
Solicitation Number
D-1-D7-3A-MA-I03-001
 
Archive Date
12/28/2010
 
Point of Contact
Camille D Pettway Freeman, Phone: 404-338-9212
 
E-Mail Address
camille.pettwayfreeman@irs.gov
(camille.pettwayfreeman@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number is D-1-D7-3A-MA-I03-001, and is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-46. This requirement is set-aside for small businesses for which the North American Industry Classification System (NAICS) Code is 561621, and the Small Business Size Standard is 12.5 million. Basis of award will be made to whose proposal contains the combination of criteria offering the best overall value to the Government. This will be determined by comparing differences in the value of the technical quality and past performance with differences in the offeror's prices. In making this comparison price, technical quality, and past performance will be considered equally. Quotes will only be considered from Pro Watch (Honeywell) certified contractor/technicians who are regularly established in the business relevant to the scope of work to be performed. Contractors must be registered in the Central Contractor Registration (CCR) and not on the Excluded Parties List System (EPLS) to be considered for award of this contract. 1. OVERVIEW a. The Internal Revenue Service (IRS) is seeking firm-fixed price quotes for preventive and repair/corrective maintenance services. The proposed contract shall be awarded for a base period of one year plus two 12 month option periods. b The contractor shall provide preventive and repair/corrective maintenance services for the Internal Revenue Service (IRS) as described herein for the Pro Watch Security System located at 400 N 8th Street, Richmond, VA 23240. c. The contractor shall provide all parts, equipment, management, supervision, labor, materials, tools, supplies, required repairs, and maintenance to the Pro Watch (Honeywell) Security System and shall plan schedule and coordinate tasks needed to ensure effective and competent completion of all work. The contractor shall be bonded and certified to provide Pro Watch (Honeywell) security repair and maintenance services. 2. SPECIFICATION OF THE SECURITY SYSTEM •(85) Card readers •(85) Electric door strikes •(95) Request-to exit sensors •(95) Balanced magnetic switches for the IDS •(5) ADEMCO keypads •(30) Duress buttons •(10) Motion sensors •(2) ADEMCO Vista 128 control panels, including back up batteries, •Access control computer boards •CCTV system, including the digital video recorder •(2) Strobe lights in CI •(2) CCTV monitors •(1) Digital Video Recorder (DVR) •(1) Digital Multiplex Controller 3. SCOPE OF WORK a. The contractor shall perform services on all phases of the access controls, intrusion detections duress, and CCTV system. The Pro watch software is an exclusive license, and the contractor shall acquire software and other peripherals for the IRS security system. b. The contractor shall provide all programming changes with the Pro Watch security system, including programming of all alarm signals from two panel sources; one panel on the 2nd floor and one panel on the 10th floor. These panels serve as the communications device to the Federal Protective Service in Philadelphia, the IRS monitoring station for all alarms. c. The contractor shall update all programs within the CCTV system to ensure that all pan/tilt/zoom camera sequences are working in conjunction with the duress alarms. d. The contractor shall be responsible for travel expenses incurred during service calls. The IRS will not provide parking for the contractor during service calls 4. WORK REQUIREMENTS The contractor shall provide preventive and repair/corrective services as follows: 4.1 PREVENTIVE MAINTENANCE a. The contractor shall provide monthly inspections on all aspects of the security system. b. The contractor shall coordinate schedule of the inspection with the IRS point of Contact at least 48 hours in advance. The inspections shall include troubleshooting all working components of the security system. c. The contractor shall verify the alarm data from the Pro Watch (Honeywell) system against the data received by the Federal Protective Service to ensure the validity of the security system. d. The contractor shall make any necessary adjustments to the system during the inspection period. e. The complete inspection reports shall be received by the IRS Point of Contact Physical Security Office within one week after test completion. The reports shall be sent via e-mail or hand delivered to the IRS Physical Security Office. 4.2 REPAIR/CORRECTIVE MAINTENANCE a. The contractor shall provide on-site troubleshooting and repairs within 24 hours after notification to localize and diagnose faults within the system(s) for service calls. b. The contractor shall coordinate schedule with the IRS Point of Contact for service calls. c. The contractor shall identify and repair/replace any faulty parts or defects that the system needs repairing or replacing. 5. INSPECTION REPORTS a. The contractor shall provide reports of preventive maintenance and corrective services performed each time services are conducted. Reports shall be submitted to the IRS Point of Contact that state the date, time, and results of the inspections b. The contractor shall repair and report any faulty parts of defects during maintenance visits. The required inspection report forms will be provided by the IRS Point of Contact. 6. Software Upgrades The contractor shall provide and install all software upgrades for the Pro Watch (Honeywell) Security System. The contractor shall take all necessary steps to back up all data prior to installation of upgrades/software. 7. IRS Relocation Projects Occasionally, the area space within the building is relocated which causes the security equipment to increase/decrease. The contractor shall provide maintenance and repairs for all relocation projects that impact the access control system, duress system, intrusion detection system and CCTV system. The additional hardware and relocation of security components shall be negotiated outside the scope of the maintenance contract. The contractor shall provide a detailed quote to the IRS Point of Contact within the specified time frame. 8. Building Access Requirements a. Hours of Operation The IRS shall be available to the contractor during the hours of 7:00 AM – 6:00 PM(Eastern Standard Time) Monday through Friday, excluding Federal holidays. b. Photo-Identification The contractor’s employees Contractor's corporate identification badges shall be worn on the outer garment while on IRS premises. Obtaining the corporate identification is the sole responsibility of the contractor. All on-site contractors’ personnel shall abide by applicable security regulations. c. Escort of Contractor Employees Security Check: Entrance and/or exit to/from both locations may require a security-guard check. Contractor is responsible for factoring sufficient time to allow such check(s) to ensure that the scheduled time frame is met. Entrance and/or exit to/ the IRS building require the contractors’ employees to present valid state or federal picture identification to allow entrance into the building. The contractor shall be escorted by the IRS Point of Contact to high security areas. The contractor shall not use access card to enter these areas at any time. 9. Site Visit Pre award site visit is scheduled on 12/08/2010 10:00 A.M. (Eastern Standard Time) at 400 North Eighth Street,Richmond, VA 23219. Call the IRS Point of Contact Tony Edmerson, 804-916-8518 or 804-922-0670 at least 48 hours prior to the site visit to confirm attendance. The site visit is for the purpose of evaluating the environment, operational procedures and safety requirements. The IRS is not responsible for contractor’s expenses and related expenses associated with the site visits. 10. Past Performance a. PAST PERFORMANCE: In the case of an offeror without a record of relevant past performance or from whom information on past performance is not available (including information pertaining to predecessor companies, key personnel, or subcontractors that is relevant to the acquisition), the offeror will not be evaluated favorably or unfavorably on past performance. The government shall consider information submitted in response to the RFP, as well as information obtained from any other source when evaluating the offeror's past performance. b. Provide references, preferably two, on relevant contracts for a minimum of 12 months or completed within the last three years. The government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement and customer satisfaction. For each reference provide the following information about each contract: (i) Name and address of contracting activity to which service is/was provided (government or commercial entity) (ii) Contract number (iii) Contract title (iv) Contract type (fixed-price; labor-hour; time-and-materials; cost reimbursement) (v) Original contract amount and current contract amount. Explain the reason for any difference (vi) Contracting activity's names, telephone numbers (vii) Program/Project manager's names, telephone numbers (viii) Contract level (prime or subcontract) (ix) Date of award It is the offeror's responsibility to validate reference contact information, including telephone numbers and addresses for points of contact. 11. Anticipated Award Date 01/01/2011 12. Contractor’s Project Manager (Will be provided at time of award) 13. Wage Determination The Department of Labor Wage Determination (DOL) Service Contract Act (SCA) is applicable to this contract. Wage Determination No: 2005-2445, REV (14), AREA: Richmond, Virginia, Date of Revision: 08/26/2010. Contractor shall pay its employees no less than the prevailing wage rates determined by DOL. The contractor may obtain this wage determination from Department of Labor at: http://www.wdol.gov/wdol/scafiles/std/05-2413.txt 14. PROVISIONS/CLAUSES The following Provisions and Clauses are applicable to this acquisition: • The provisions at 52.212-1, Instructions to Offerors -- Commercial, 52.212-3, Offeror Representations and Certifications -- Commercial Items, apply to this acquisition. Submit quotes as specified in paragraph 17. • The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders -- Commercial Items • The following addenda to FAR 52.212-4: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel. • The following FAR clauses cited in 52.212-5 apply to this acquisition: 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.222-41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires – VA - Electronic Technician I $21.22, Electronic Technician II $22.49, Electronic Technician III $ 23.61 15. PREPARATION AND SUBMISSION OF QUOTES: To submit a valid quote to be considered for this award, submit the following completed information: a. Representations and Certifications: Contractors must either a) complete the Representations and Certifications (Reps and Certs) electronically via the Online Representations and Certifications Application (ORCA) at www.ccr.gov or b) submit a completed copy of the Reps and Certs under FAR provision 52.212-3, Offeror Representations and Certifications. Full text of the provision may be accessed at www.arnet.gov/far/ b. Certification of Pro Watch/Honeywell contractor/technician. c. Past Performance (paragraph 10). d. Completed price schedule (paragraph 16). Deadline for submission of the above required documentations is December 13, 2010 by 12:00 NOON (Eastern Standard Time). Responses can be faxed to (404) 338-9233, Attn: Camille Pettway Freeman, e-mail: camille.pettwayfreeman@irs.gov, or mailed to: Internal Revenue Service ATTN: Camille Pettway Freeman Office of Business Operations Field Operations Branch 2888 Woodcock Blvd., Ste 300 Atlanta, GA 30341 16. PRICE SCHEDULE Unit Price Total 0001 Base Period Monthly $___________ $________ Preventive Maintenance and Repair/Corrective Services Period of Performance 01/01/2011 – 12/31/2011 1001Option I Monthly $_________ $__________ Preventive Maintenance and Repair/Corrective Services Period of Performance 01/01/2012 – 12/31/2012 2001 Option II Monthly $_________ $__________ Preventive Maintenance and Repair/Corrective Services Period of Performance 01/01/2013 – 12/31/2013 17. INFORMATION CONCERNING RFQ Any questions concerning this Request for Quotation should be directed, in writing, to Camille Pettway Freeman, e-mail: camille.pettwayfreman@irs.gov or fax: 404-338-9233. Deadline for submission of questions is December 09, 2010 by 12:00 NOON (Eastern Standard Time).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/D-1-D7-3A-MA-I03-001/listing.html)
 
Place of Performance
Address: 400 N 8th Street, Richmond, Virginia 23240, United States
Zip Code: 23240
 
Record
SN02338388-W 20101205/101203234220-a56a8f452c17ee83ba44e99629752e0d (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.