Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOLICITATION NOTICE

J -- Security Alarm Maintenance and Repair - Brand Name Justification - Letter to Lenel for Pricing - DTRT57-11-R-20018 Statement of Work

Notice Date
5/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-11-R-20018
 
Point of Contact
Jeanne M. Rossetsky, Phone: 6174943853
 
E-Mail Address
jeanne.rossetsky@dot.gov
(jeanne.rossetsky@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Letter to Lenel for Pricing Brand Name Justificiation This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. DTRT57-11-R-20018 is issued as a Request for Proposal (RFP). This solicitation replaces Solicitation No. DTRT57-11-R-20004 that was issued on December 16, 2010 and cancelled on April 27, 2011. This solicitation is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, Subpart 13.5, Test Program for Certain Commercial Items, and Part 15, Contracting by Negotiation. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-50, effective May 16, 2011 which includes FAC 2005-51 effective May 2, 2011. The NAICS Code is 561621, Security Systems Services, for which the Small Business size standard is $12.5M. This solicitation is a Total Small Business Set-Aside. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire Security Alarm Systems Maintenance and Repair Services. The requirements for these services are described in detail in the attached Statement of Work (SOW) (Attachment 1). The Government intends to award a single Firm Fixed Price Contract on a competitive basis for this requirement. The Period of Performance for the anticipated contract is August 1, 2011 through July 31, 2016 (if all options are exercised). The contract will include a 2-month base period from August 1, 2011 through September 30, 2011; four, one-year option periods; and one 10-month option period from October 1, 2015 through July 31, 2016. An award will be made to the source whose proposal conforming to the solicitation is determined to offer the best value to the Government. Note: A brand name justification for the Lenel Software is attached (Attachment 2). A letter to Lenel System International is also attached (Attachment 3) for Offerors to use in order to receive pricing of the Lenel Software. A site visit of the Volpe Center will be conducted June 8, 2011 at 10:00 a.m. The Government will accept questions until noon on June 13, 2011 that are emailed to Jeanne.rossetsky@dot.gov (no phone calls will be accepted). All Offerors shall provide unit and extended prices for CLINS 0001AA through 0001AD, 0002AA through 0002AD, 0003AA through 0003AD, 0004AA through 0004AD, 0005AA through 0005AD, and 0006AA through 0006AD. A Total Price, CLINS 0001 - 0006) shall also be provided. CLIN 0001, FY11 Security Alarm Maintenance and Repair, 2 mo, NSP; CLIN 0001AA, Equipment Maintenance and Repair, 2 mo, Unit Price $________, Total Price $________; CLIN 0001AB, Preventative Maintenance, 2 mo, Unit Price $________, Total Price $_______; CLIN 0001AC, Programming, Training, Reporting, 2 mo, Unit Price $________, Total Price $________; CLIN 0001AD, Lenel License Fee, 1 ea Unit Price $________, Total Price $________; CLIN 0002, FY12 Security Alarm Maintenance and Repair, 12 mo, NSP; CLIN 0002AA, Equipment Maintenance and Repair, 12 mo, Unit Price $________, Total Price $________; CLIN 0002AB, Preventative Maintenance, 12 mo Unit Price $_______, Total Price $_______; CLIN 0002AC, Programming, Training, Reporting, 12 mo, Unit Price $_______, Total Price $__________; CLIN 0002AD, Lenel License Fee, 1 ea Unit Price $_______, Total Price $_______; CLIN 0003, FY13 Security Alarm Maintenance and Repair, 12 mo, NSP; CLIN 0003AA, Equipment Maintenance and Repair, 12 mo, Unit Price $_______, Total Price $_______; CLIN 0003AB, Preventative Maintenance, 12 mo, Hrs, Unit Price $_______, Total Price $_______; CLIN 0003AC, Programming, Training, Reporting, 12 mo, Unit Price $_______, Total Price $_______; CLIN 0003AD, Lenel License Fee, 1 ea Unit Price $_______, Total Price $_______; CLIN 0004, FY14 Security Alarm Maintenance and Repair, 12 mo, NSP; CLIN 0004AA, Equipment Maintenance and Repair, 12 mo, Unit Price $_______, Total Price $_______; CLIN 0004AB, Preventative Maintenance, 12 mo, Unit Price $_______, Total Price $______; CLIN 0004AC, Programming, Training, Reporting, 12 mo, Unit Price $_______, Total Price $_______; CLIN 0004AD, Lenel License Fee, 1 ea Unit Price $_______, Total Price $_______; CLIN 0005, FY15 Security Alarm Maintenance and Repair, 1 ea, NSP; CLIN 0005AA, Equipment Maintenance and Repair, 12 mo, Unit Price $_______, Total Price $_______; CLIN 0005AB, Preventative Maintenance, 12 mo, Unit Price $_______, Total Price $_______; CLIN 0005AC, Programming, Training, Reporting, 12 mo, Unit Price $_______, Total Price $_______; CLIN 0005AD, Lenel License Fee, 1 ea Unit Price $_______, Total Price $_______; CLIN 0006, FY15 Security Alarm Maintenance and Repair, 10 mo, NSP; CLIN 0006AA, Equipment Maintenance and Repair, 10 mo, Unit Price $_______, Total Price $_______; CLIN 0006AB, Preventative Maintenance, 10 mo, Unit Price $_______, Total Price $_______; CLIN 0006AC, Programming, Training, Reporting, 10 mo, Unit Price $_______, Total Price $_______; CLIN 0006AD, Lenel License Fee, 1 ea Unit Price $_______, Total Price $_______; CLINS 0001-0006; Total Price $_______. Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. Written proposals shall include a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as a PDF and submitted electronically via email to Jeanne.rossetsky@dot.gov to arrive no later than 1:00 p.m. EST on June 20, 2011. Proposals submitted via facsimile or U.S. Mail are not authorized and late responses will not be considered. The Government will not pay for any information received. Evaluation of Offers: FAR 52.212-2 - 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: (i) Technical merit/approach; (ii) work management; (iii) past performance; and (iv) staffing. Technical merit/approach is significantly more important than work management, past performance and staffing individually. Work Management, Past Performance and Staffing are weighted equally. When combined, the technical factors are significantly more important than price. b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. The Offeror's technical description will be evaluated in accordance with the evaluation criteria described below: 1. Technical Merit/Approach (limit to 5 pages) a. A written explanation demonstrating the Offeror's technical understanding and approach to meet the requirements of the SOW. In addition, the Offeror is required to explain the approach it would use in carrying out the required monthly maintenance to include schedule and process. b. The Offeror shall address the major technical and operational factors of the SOW, identify the risks inherent in this type of work, and an explanation of an approach to minimize these risks. An example would be "Does the Offeror have replacement cameras/card readers in stock if either needs to be sent to the shop to be fixed?" 2. Work Management (limit to 5 pages) Provide a written explanation demonstrating the Offeror's ability to manage and track the preventative maintenance of the secure access system each month. In particular, the Offeror shall explain how it will ensure the technician is not conducting preventative maintenance on the same components each month and neglecting other components. 3. Past Performance (limit to 2 pages per summary) a. The Offeror shall provide three recently completed (within the last five years) project summaries, which briefly describe relevant experience. Each project summary should provide the following information: (i) Identify the customer (agency or client); (ii) name of Government Contracting Officer (CO) and Contracting Officer's Technical Representative (COTR). If non-government, name of customer point of contact (POC); (iii) Provide POC information (Address, phone number, and, if applicable, e-mail address of the POC; and/or CO and COTR. (iv) Provide contract number (and if applicable, Task/Delivery Order number); (v) identify resources and cost expended; (vi) identify the period of performance; (vii) provide a brief description of the scope of the contract; (viii) provide a brief discussion of its relevance to this work; and (ix) Identify role of proposed key person (if any). b. If the Offeror has no relevant past performance history, it must affirmatively so state. Offerors with no relevant past performance history will not be evaluated favorably or unfavorably under this factor, in accordance with FAR 15.305. In the case of a relatively new firm (i.e., established within the last 18 months), the Offeror may submit past performance information for contracts on which its corporate management has performed, to supplement any past performance information for the firm itself. This shall be specifically noted in the proposal submission. 4. Staffing (limit to 2 pages per resume) The Offeror shall submit, at a minimum, resumes for each actual or proposed employee working in the respective key personnel position (Program Manager who must be trained in Lenel Software). Representations and Certifications: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (APR 2011). An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete paragraphs (c) though (n) of this provision. Offerors must ensure that its ORCA certifications and representations are current and complete. Contract Terms and Conditions: FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) is hereby incorporated by reference. Paragraph (u) is added to include the following FAR clauses: 52.203-3, Gratuities (APR 1984); 52.203-5, Covenant Against Contingent Fees (APR 1984); 52.203-7, Anti-Kickback Procedures (OCT 2010); 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double Sided on Recycled Paper(AUG 2000); 52.204-7, Central Contractor Registration (APR 2008); 52.217-8, Option to Extend Services (Nov 1999) Fill In: 60 days prior to expiration of period of performance; 52.223-6, Drug Free Workplace (MAY 2001); 52.223-14, Toxic Chemical Release Reporting (AUG 2003); 52.232-17, Interest (OCT 2010); 52.232-18, Availability of Funds (APR 1984); 52.232-23, Assignment of Claims (JAN 1986); 52.232-25, Prompt Payment (OCT 2008); and 52.242-13, Bankruptcy (JUL 1995). The following FAR clause is included in its entirety: 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this contract shall not exceed 5 years and 6 months. Paragraph (v) is added to include the following TAR clause: TAR 1252.237-73, Key Personnel (APR 2005). (a) The personnel as specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel, as appropriate. (b) Before removing, replacing, or diverting any of the specified individuals, the Contractor shall notify the contracting officer, in writing, before the change becomes effective. The Contractor shall submit information to support the proposed action to enable the contracting officer to evaluate the potential impact of the change on the contract. The Contractor shall not remove or replace personnel under this contract until the Contracting Officer approves the change. The Key Personnel under this Contract are: Program Manager Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEC 2010) is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006) with Alternate 1 (OCT 1995); 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); 11, 52.219-8, Utilization of Small Business Concerns (JAN 2011); 12, 52.219-9, Small Business Subcontracting Plan (JAN 2011); 13, 52.219-14, Limitations on Subcontracting (DEC 1996); 19, 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009), 20, 52.222-3, Convict Labor (JUN 2003); 22, 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 23, 52.222-26, Equal Opportunity (MAR 2007); 24, 52.222-35, Equal Opportunity for Veterans (SEP 2010); 25, 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 26, 52.222-37, Employment Reports on Veterans (SEP 2010); 31, 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010); 35, 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); (c)(1), 52.222-41, Service Contract Act of 1965 (NOV 2007); (c)(2), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989); and (c)(3),52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (SEP 2009). ATTENTION: The following notice is provided for information purposes for Minority Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The maximum line of credit is $750,000. with interest at the prime rate as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169. Internet address http://osdbuweb.dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-R-20018/listing.html)
 
Place of Performance
Address: US DOT/RITA/Volpe Center, 55 Broadway, Cambridge, Massachusetts, 02142, United States
Zip Code: 02142
 
Record
SN02459034-W 20110529/110527234204-187927f1e5b5cb08fe6c0538e3eaa3ef (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.