Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

58 -- JFK Security Vault CCTV System Enhancements

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Avenue, N.W Ste 1310, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1011Q20065384
 
Response Due
9/2/2011
 
Archive Date
2/29/2012
 
Point of Contact
Name: Brice Winston, Title: Contract Specialist, Phone: 2023443645, Fax:
 
E-Mail Address
brice.winston@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is HSBP1011Q20065384 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-02 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Customs and Border Protection requires the following items, Brand Name or Equal, to the following: LI 001, JFK Vault CCTV Services - SEE ATTACHED STATEMENT OF WORK and LINE ITEM TEMPLATE., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the best overall value to the Government. An offer is considered technically acceptable if its technical capabilities conform to the Government's Statement of Work (attached). FAR 52.217-8 Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005) is hereby applicable to this solicitation. The Department of Labor's Wage Determination 2005-2553 Revisions 9 is applicable. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Offerors are asked to provide a Capability Statement with their quotes as it pertains to the performance of this requirement. Capability Statements should not exceed 5 pages. There are two Past Performance Questionnaires. One shall be completed by the Bidder of this requirement and posted as an attachment on FedBid along with the Capability Statement. The other questionnaire should be completed by evaluators for whom work has been completed in the past 3 years. The evaluators should forward the completed questionnaire directly back to the individual listed in the attachment. Three (3) fully completed Past Performance Questionnaires are required for quote submission. Quotes submitted without three (3) fully completed Past Performance Questionnaires may be considered non-responsive. ***A SITE VISIT IS HIGHLY SUGGESTED BEFORE BIDDING THIS SOLICITATION. Potential offerors are welcomed to attend on the following dates Aug 15, 2011 through Aug 18, 2011 or August 24, 2011 between the hours of 8AM - 12PM EST. Site visits can be arranged by contacting Paul Ulmer via email paul.ulmer@dhs.gov or at (718) 553-0535 (DO NOT CONTACT FOR QUESTIONS NOT PERTAINING TO SITE VISIT). Please contact the point of contact at least 24 hours in advance to schedule a date/time for attendance to the site visit. ***ALL Questions pertaining to the specifics of this solicitation must be sent to ClientServices@Fedbid.com Potential Offerors shall have picture IDs (i.e Driver's License) to show when arriving for the site visit. Please indicate when confirming attendance with Paul Ulmer, the number of representatives who will show for the visit. For security/confidentiality purposes and due to the sensitive nature of the requested services and contraband processed and contained within this facility, contractor employees working on the premises must be able to pass a Background Investigation or Suitability Screening in order to access the CBP facility. QUESTION #1: Does this new line item list replace the original SOW previously listed on the original SOW? There are many items not listed in the original SOW and new model numbers listed. ANSWER: CBP requests the items listed on the line item list; however, the SOW should still be referenced. QUESTION # 2: A) There is not enough information about the Emergency Generator part of the request for bid. We need additional information so we will be able to quote the precise size and type generator. Please provide the following information: 1) What are the life safety systems and ?other essential loads? shall the generator supply power to? Please specify (fire alarm, emergency lights, heaters, computers, chargers and others). We need to know the total Amps Consumptions to determine the emergency generator size. 2) Are all systems requiring 110 Volts? 3) Are all life safety and other systems presently connected internally to an existing Emergency Power Panel or an additional electrical labor required to re-wire. 4) What is the preferred generator?s fuel (gasoline, oil or gas)? We understand that the exact location of the emergency generator is not determined yet, and it is subject to Landlord approval and to other considerations of the occupied space being contained within a multi-tenant public building. The exact location and the distance from the emergency generator to the Distribution Panel are significant since we have to take into consideration asphalts work and piping if required.B) The Lobby Door is not a bullet resist door. Please advise if it needed to be replaced. C) Please advise if Emergency Generator and Bullet Resist Requirements can be quoted separately from the Security System Requirement ANSWER: As stated in the SOW the emergency generator system shall provide power for the life safety/security systems and other essential loads (emergency lights, Computers and telephone) upon failure of the normal electrical power service for a minimum of 72 hours continuous operation prior to re-fueling. The size of the generator (gas) will be determined by the technician. All systems do require 110 volts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1011Q20065384/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02553325-W 20110831/110829235152-565dbad86641f71591209cfb7c5bfa79 (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.