Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

J -- Security Maintenance Services

Notice Date
5/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-11-Q-1427
 
Archive Date
6/18/2011
 
Point of Contact
Steve H. Beck, Phone: 301-295-3970, Zamora Olin, Phone: 301-295-3922
 
E-Mail Address
Steven.Beck@usuhs.mil, Zamora.Olin@usuhs.mil
(Steven.Beck@usuhs.mil, Zamora.Olin@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Set-side The Uniformed Services University of the Health Sciences (USUHS) located onboard the National Naval Medical Center (NNMC) in Bethesda, MD intends to purchase security services. This is a combined synopsis/solicitation for commercial items 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 is a request for quote (RFQ). Order will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. It is the responsibility of all interested offerors to monitor the solicitation for any possible amendments and changes. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular 2005-50, effective 06 May 2011. This solicitation is being set-aside for small businesses only. The solicitation number is HU0001-11-Q-1427. The applicable NAICS code is 561621-Security System Services, and the size standard is $12.5 million in annual receipts. STATEMENT OF WORK In accordance with the following, this is a requirement for maintenance and security services to be performed at the USUHS: 1. General Requirements Contractor must provide all labor, supervision, tools, equipment, parts, computers (turnkey), technical support, hardware, software, user training and material to perform on-site technical support, preventive maintenance, and repairs (emergency and non-emergency) of the Casi-Rusco access control system and all associated equipment, miscellaneous alarm and surveillance equipment. 2. Description of Work The adjustment and repair of the surveillance system includes all computer equipment, software updates, locks (readers), crash bars, and video equipment (monitors, VCR, cameras). Provide the manufacturer's required adjustments and all other work necessary. 3. Maintenance Support a. The Contractor must provide maintenance support for the equipment listed under Heading 10, Security System Composition. b. The Government requires the Contractor to provide the following specific levels of maintenance support: b.1 Remote Support - this support will assist on-site Government personnel to verify the nature of a system problem prior to initiating a request for on-site maintenance support. This support is to be available on a 24 hours a day, 7 days a week basis. Remote diagnostic capability must be provided in order to perform minor troubleshooting and/or software repairs. b.2 Remedial Maintenance - includes maintenance, which is performed by the Contractor on-site, as required. This support is to be available 24 hours a day, 7 days a week. Remedial maintenance shall be treated as emergency maintenance to be performed. Response shall be within two (2) hours, as provided under Heading 5, Response Time. It shall be performed as required on an unscheduled basis. b.3 Preventive Maintenance (PM) - shall include all preventive maintenance as required on the listed equipment under 10, Security System Composition. Contractor should provide at least two (2) preventive maintenance calls during the year. PMs shall be scheduled by mutual consent between the Contractor and the Government, and shall not interfere with normal Government operations. 4. Technical Support Unless otherwise specifically provided in this contract, the quality of all services rendered hereunder must conform to the highest standards in the relevant profession, trade or field of endeavor. All services must be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by law. The Contractor must provide the Government with the telephone number of a primary point of contact for all on-call service/technical support. Fully trained and competent maintenance personnel in accordance with the contract and the statement of work will provide maintenance coverage. "Fully trained" is defined as capable of performing required maintenance without trial and error, or in effect, without learning on the job at the expense of this contract. Personnel who are "in training" will not be utilized except as observers and helpers to qualified personnel. If during the performance of the contract, the Contracting Officer questions the adequacy of the qualifications of personnel assigned to this contract, the Contractor will have the burden of proving the personnel meet requirements. During the scheduled visit the tech will provide preventive maintenance checks of all the security equipment to verify that all systems are working properly and document findings. As needed, the tech will make repairs/adjustments to malfunctioning equipment found during these checks and document this work. The tech must also be responsible for the following tasks during his scheduled time on-site: a. Respond to service calls and make necessary repairs to system and related equipment. b. Perform security system troubleshooting to isolate malfunctioning system components. c. Remove and replace defective equipment and ensure new equipment is operating properly. d. Maintain documentation on all maintenance, repairs and warranty information on each piece of equipment e. Assist the Contracting Officer Technical Representative (COTR) in resolving problems as needed. f. Perform back up of all files. g. Provide technical guidance and operational training to personnel operating the security system. h. Assist authorized SEC, LAM, and UIS personnel as needed to make changes with visitor access and badge software. i. Perform preventive maintenance in accordance with the manufacturers' recommendation for all equipment. 5. Response Time It is the responsibility of the Contractor to provide a level of support necessary to ensure that system problems do not cause downtime. Accordingly, the Government established requirement is that from the time the Government notifies the Contractor that a system problem exists, the Contractor must respond within two (2) hours. If an on-site response is required, the Contractor must respond within four (4) hours. Within this response time interval, the Contractor may initially (so as to reduce system downtime) telephonically respond directly to on-site government personnel with appropriate instructions, which may return the system to full operation. 6. Upgrades The Contractor must support all software components and functional features of these items. This support must include troubleshooting and problem solution of current software products. Also, the Government requires that the Contractor make available any "patches" and future software updates and releases and supporting documentation as provided by the original manufacturer over the life of the contract. 7. Repairs a. Non-Emergency Repairs If parts are required, repairs must be made within twenty-four (24) hours of the arrival of the parts to either the Contractor's or the Government's office. Documentation of parts arrival is to be turned over to the COTR upon completion of repair. b. Emergency Repairs In the event that repairs are required after business hours (current business hours are from, Monday through Friday 7:00 am - 4:30 pm), the Contractor mustsend a qualified technician to the building to correct the problem within two (2) hours of a call placed by the Government. If parts are required and not available, the Contractor must complete the repair after parts are received. 8. Documentation To ensure accurate traceability of the equipment throughout its life, the Contractor and the Government shall maintain accurate records of equipment identification and location. The Contractor must develop a master equipment index at the beginning of the contract period of performance and it must be updated after the installation of any new equipment. The master equipment index must detail the serial numbers of all the equipment and its location. The following documentation must be provided to the COTR by the Contractor during the performance of the contract: a. Sign-In/Out Records Provide a record documenting each time the Contractor is on-site. b. Equipment Repair/Warranty History Provide computerized records documenting each time a piece of equipment has been serviced or repaired. Include in this record any warranty information (i.e., new parts or items) that covers the equipment. Separate the records by type of equipment (i.e., card readers, video camera, vcr, etc.) c. Parts Out for Repairs and Spare Parts Records Provide computerized records depicting the status of all parts out for repair. Include in this record the name of the item, where it physically came from, when it was taken out of service, when it was placed back in service. d. Backup History Provide computerized records documenting each file back up completed. Include the date and name of each file backed-up. e. Software Problems Provide computerized records for all software problems discovered and their resolution. Include a complete description of the problem, steps taken to resolve the problem. f. Preventive Maintenance/Inspection Records Preventive maintenance and inspections are to be recorded in the computerized records. Any problems found during the service/inspections must be noted and brought to the attention of the Government immediately. 9. Contractor Provided Written Material The Contractor must supply system-operating instructions in English. One set of instructions must be provided for each component. Two sets of instructions, both electronic and hard copy must be provided on how to properly operate the security system, software applications, and operating instructions. 10. Security System Composition The following outlines the system composition throughout the USUHS facility (items are not exclusive): • Secure Perfect (access control and security management software) • Cameras • Crashbars • Secure terminal interfaces (secure telecommunications) • VCR's • Monitors • Power supplies • Modems • Multiplexers • Mounting Adapters • Card Readers • Motion Detectors • Relays • Magnetic Locks • Wiring and cable assy 11. Period of Contract The period of performance is effective from 1 July 2011 through 30 June 2012 and shall include up to four option years. Submission of Quotes: All interested offerors must submit their quotes for the base year plus four option years. CLIN 0001: BaseYear 1 Jul 2011 through 30 June 2012 @ tiny_mce_marker_______ CLIN 0002: Option Year 1 1 Jul 2012 through 30 June 2013 @ tiny_mce_marker_______ CLIN 0003: Option Year 2 1 Jul 2013 through 30 June 2014 @ tiny_mce_marker_______ CLIN 0004: Option Year 3 1 Jul 2014 through 30 June 2015 @ tiny_mce_marker_______ CLIN 0005: Option Year 4 1 Jul 2015 through 30 June 2016 @ tiny_mce_marker_______ Evaluation Factors: 1. Technical Capability - Contractor must demonstrate their knowledge and ability to maintain the USUHS electronic security system, including years of experience with the CASI-Rusco/Secure Perfect system, certification or licensing, qualifications, and technician accessibility. 2. Past Performance-Contractor must provide at least three contact information for references. 3. Price All questions regarding the solicitation must be e-mailed to Steve Beck at steven.beck@usuhs.mil by 24 May 11, 9 am Eastern Time. Quotes will be accepted via email and must be sent to steven.beck@usuhs.mil by 03 Jun 11, at 10:00AM Eastern Standard Time. Your quote must address all of the evaluation factors listed above. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR - https://www.acquisition.gov/far/index.html DFARS - http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.252-1 - Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) 52.204-7 -- Central Contractor Registration. 252.204-7004 Alternate A, Central Contractor Registration. ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007) 52.212-1 - Instructions to Offerors -- Commercial Items 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (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: ___Technical Capability______________________________________ __ Past Performance_______________________________________ __ Price________________________________________ 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Offeror Representations and Certifications -- Commercial Items (Jan 2011) (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that is available via the ORCA website, http://orca.bpn.gov 52.212-4 -- Contract Terms and Conditions -- Commercial Items. (June 2010) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.219-28 - Post Award Small Business Program Representation (April 2009) 52.222-3 - Convict Labor 52.233-3 - Protest After Award (Aug 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Set-Asides (June 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting Plan (Dec 1996) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). 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). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple and Option Contracts), Sept 2009 Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph 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. Notwithstanding the requirements of the clauses above, the Contractor is not required to flow down any FAR clause, other than those in 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 (Apr 2010) (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 Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (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. 52.247-34 -- F.O.B. - Destination. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (DEC 2010) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii)___ Alternate I (JUL 2009) of 252.225-7036. (iii)___ Alternate II (DEC 2010) of 252.225-7036. (iv)___ Alternate III (DEC 2010) of 252.225-7036 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410) 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (Oct 2010, Section 807 of Public Law 111-84) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) __x__ Alternate I (MAR 2000) of 252.247-7023. (iii) _x___ Alternate II (MAR 2000) of 252.247-7023. (iv) ___x_ Alternate III (MAY 2002) of 252.247-7023. 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C2631). The Contractor must provide the following: a. Name, CAGE Code, Point of Contact (phone, e-mail address, telephone number) b. Socio-economic status c. Price quote which identifies the requested item(s), unit price, and total price. d. Prompt Payment Terms e. Remittance address, Tax Identification Number, DUNS Number, f. GSA Schedule Number (if applicable) Basis for Award - The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible offeror whose offer conforms to the combined synopsis/solicitation, and is most advantageous to the government, based on price. Responses to this solicitation are due 03 June 11 at 1000 hrs local time. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Steve Beck at steven.beck@usuhs.mil. Please reference the solicitation number on your quote. Any questions regarding this solicitation should be E-MAILED on or before 24 May, @ 9 am local time. No questions will be accepted after this date. Contractors must have a current CCR Registration prior to order award. For instructions on registering in CCR please visit www.ccr.gov. Contractors must also have a current registration in ORCA. For instructions in registering in ORCA, please visit www.orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-Q-1427/listing.html)
 
Place of Performance
Address: Uniformed Services University, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02448582-W 20110518/110516234401-03c5ae92fc15eb119867b74c06786717 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.