Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

J -- ALARMS, CCTV, LO-VOLTAGE ELECTRICAL, ACCESS CONTROLS SERVICES BLANKET PURCHASE AGREEMENT (BPA) FOR DODEA/DDESS SCHOOLS AT FORT CAMPBELL, KENTUCKY

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-11-ALARMS
 
Response Due
9/9/2011
 
Archive Date
11/8/2011
 
Point of Contact
Tiffany Brooks, 8178861181
 
E-Mail Address
USACE District, Fort Worth
(tiffany.s.brooks@usace.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for Alarms & Controls Services within NAICS 238210 prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with the additional information included in this notice. This announcement is to solicit interest for the establishment of a BPA and constitutes the only solicitation; a written solicitation will not be issued. Responses and quotes are requested. It is the intention of the Government to award a minimum of three (3) Blanket Purchase Agreements (BPAs) to those firms who demonstrate they are capable of providing services to the DDESS area of operation as identified throughout this document. Issuance of actual purchase order will be distributed evenly among BPA holders. This requirement is 100% set aside for a small business concerns within the referenced NAICS codes. The BPA duration will be for one-year and may be extended in one-year increments not to exceed a total of five-years for the BPA. The establishment of the BPA does not imply any agreement on the part of the Government to place future contracts or orders with the BPA holder. The Government makes no representation as to the number of calls or actual amount of work to be ordered. Interested firms must identify their interest and capability to respond to the requirements set forth in this solicitation to be considered for award of the solicited BPA's. The awarded BPA will be an agreement capable of fulfilling the requirements of performance work statement DoDEA/DDESS through-out the period of performance. No calls will exceed the amount of $50,000. The aggregate amount will be approximately $500,000.00 for the total five-year duration of all options. ALL QUOTES ARE TO BE IN ACCORDANCE WITH THE SPECIFICATIONS. Responses to this announcement must include your: (1) past performance information for a minimum of three relevant similar projects to include contact names, addresses, phone numbers, contract numbers as well as a description of the supplies/services provided. (2) published pricelist and or labor rates, and (3) short narrative explaining your ability to perform work. The following Performance Work Statement sets forth the general requirements for providing Alarms & Controls Services for multiple schools facilities and plant. 1. GENERAL: Contractor shall provide all personnel, labor, plant, equipment, parts, tools, supplies, management, transportation and other items necessary to perform but not limited to fire alarms, CCTV, access control systems, low voltage electrical maintenance, equipment procurement, replacement, and repair, as well as disposal of equipment located in nine DDESS Schools at Fort Campbell, Kentucky. 1.1WORK REQUIRMENTS will be defined in individual scopes of work issued with each order under the specific BPA call, if and when requested by the Government in accordance with the terms and conditions of the awarded contract. 1.2 HOURS OF WORK: The contractor shall accomplish normal on-site services between the hours of 7:30 AM and 4:00 PM, Monday thru Friday, as coordinated with the school logistics office. No work shall be performed on weekends or Federal Holidays without written approval. 1.3 EMERGENCY SERVICES shall be available as needed but is expected to only be required during normal duty hours as specified in paragraph 1.1 above. 1.4 RESPONSE TIME: Normal services shall be responded to as scheduled and coordinated with the school logistics director. Emergency on-site repair services shall be responded to within two (2) hours of being notified of needed services. 2 PERSONNEL 2.1 Project Manager. The Contractor shall provide a project manager as the point of contact and who shall be responsible for the delivery and performance of the work. The name of this person, and an alternate(s), to include duty hours and telephone numbers, who shall have full authority to act on behalf of the contractor shall be identified prior to contract performance. 2.2 The Project Manager and alternate(s) shall be able to fluently read, write, speak and understand English. 2.3 The Contractor shall be accompanied at all times by personnel of the Fort Campbell School System in compliance with all DOD, Homeland Security, Federal and State laws and regulations. 2.4 Contractor personnel shall wear distinctive clothing bearing the company's name or wear a badge, which contains the company's name and the employee's name, picture and description, clearly displayed at all times while working at Fort Campbell. 2.5 Contractor shall not employ any person who is an employee of the U. S. Government, if the employment of that person would create a conflict of interest. 2.6 The Contractor's employees shall remain fully clothed at all times while performing under this contract; this includes shirts with sleeves, shoes and long pants. Tank tops and inappropriate tee shirts worn as outerwear are prohibited. 2.7 The Contractor shall be responsible for the conduct and appearance of his employees while working on Fort Campbell. The Contractor will be required to remove from the work site any employee working under this contract for reasons of conduct, security, or found to be or suspected to be under the influence of alcohol, drugs and any other incapacitating agents. Removal from the work site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required. 2.8 All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering the Government, shall abide by all the regulations of the installation and of the DDESS school systems. 3 VEHICLE REGISTRATION: The Contractor shall comply fully with the vehicle registration requirements regarding contractor-owned and contractor employee privately owned vehicles (POVs) as set forth in Fort Campbell Regulation 190-5. Any questions regarding this regulation can be ordered to 910-432-8193. Please be advised that Contractor vehicles and contractor employee POVs will be searched if the appropriate passes/decals are not displayed when entering Fort Campbell Access Control Points (ACPs). All vehicles, including those with passes/decals, are subject to random search at any time. All vehicles without either a military decal or GSA tags are required to enter Fort Campbell through designated Access Control Point (ACP) for inspection. 4 CONTRACTOR FURNISHED ITEMS AND SERVICES. 4.1 Certificates, Licenses, Training and Permits. The Contractor shall, at no additional cost to the Government, obtain all certificates, licenses and permits required for performance of contract work, and for complying with all applicable local, state, and Federal laws, rules and regulations. Contractor shall provide training certificates and authorized factory servicing agreements upon request. 4.2 Reporting Relationship: Upon arrival at the job site, the service personnel will report to and receive direction from the school Facility Manager. The Facility Manager will develop and assign work direction to the service person and assist in the identification of priorities as necessary. 4.3 Schedule: Contractor shall submit work schedule for government approval prior to start of work QUALITY ASSURANCE SURVEILLANCE PLAN BLANKET PURCHASE AGREEMENT FOR ALARMS, CCTV, LO-VOLTAGE ELECTRICAL, ACCESS CONTROLS SERVICES FT CAMPBELL, KENTUCKY 23 July 2011 1. Description of Services: This QASP will establish oversight and surveillance for the Indefinite Delivery Indefinite Quality (IDIQ) Blanket Purchase Agreements (BPA's) for Alarms, CCTV, Lo-Voltage, Access Controls Services at the DDESS schools located at Ft Campbell, Kentucky. 2. Work Requiring Surveillance: The Contractors shall, in accordance with the terms and conditions set forth in the awarded BPA, and more particularly, in each individually placed call for work, furnish all services, materials, supplies, plant, labor, investigations, studies, superintendence, and travel as necessary for the performance of the work specified herein. 3. Key Milestones/Deliverables to be assessed: At a minimum, the following milestones and associated deliverables will be evaluated in accordance with this QASP: 3.1 Each BPA call will include a Statement of Work (SOW) for required performance, a quote for intended service, and an estimated delivery schedule as coordinated with the school's logistic and engineering director. 4. Performance Standards for Key Milestones/Deliverables: Since each BPA price is fixed (Firm-Fixed-Price) the Contractor's performance will be evaluated by assessing the key milestones/deliverables described above according to two standards: quality and timeliness. For each of these performance standards, the COR will assign one of three ratings to the A-E's performance: superior, acceptable, or unacceptable as shown in Table 1 below. Note: These performance standards may be modified to meet the needs of the Fort Worth District, KO. Performance StandardSuperior PerformanceAcceptable PerformanceUnacceptable Performance QualityContractor exceeds the requirements in the BPA call. Deliverables/milestones were exceeded no revisions were required.Contractor meets the requirements in the BPA Call. Deliverables/milestones are met and no further revisions are required.Contractor did not meet the requirements in the BPA call for the deliverable. Deliverables/milestones were not met and required further coordination. TimelinessContractor provides acceptable milestone/ deliverables ahead of the schedule.Contractor provides milestone/deliverable according to the schedule.Contractor provides milestone/deliverable behind the schedule. 5. Payment and Corrective Action: Full payment for a deliverable will be provided upon verification of overall acceptable performance by the DDESS BPA coordinator at the school, as rated on quality and timeliness. This verification will be recorded in a simplified performance evaluation form submitted to the KO and PM rating overall performance with a recommendation for payment. If a deliverable receives an unacceptable rating for the quality performance standard, re-performance is required until the deliverable receives an acceptable rating. This re- performance is required regardless of cost or schedule constraints that may result from the unacceptable performance, unless the KO has opted to terminate the BPA call. Additional Government surveillance activities may include, but are not limited to, the following: SOW deliverable(s) review and approval, if applicable, coordinated with the DDESS BPA coordinator Review and approval of all deliverables and in-place work Review of contractor qualifications Review of CCR registration Point of contact is Tiffany Brooks at Tiffany.S.Brooks@usace.army.mil. A solicitation will not be issued. All responsible small business concerns may submit an offer of (2) two paper bound and (2) two (CD) electronic copies which if submitted timely, will be considered. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Evaluation factors are past performance, pricing schedule and ability to perform. These evaluation factors will be evaluated in accordance with Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. The following FAR Clause 52.219-14 applies to this acquisition. 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 8 September 2011 not later than 2:00 p.m. at the Contracting Division Office, ATTN: Tiffany Brooks, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, at (817) 886-1181.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-ALARMS/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02555444-W 20110901/110830235851-3ca9ae4919efedeed7e6c092b81f0b6e (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.