Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

N -- Fort Carson Evans Army Community Hospital (EACH) has a requirement to convert the existing Security Services Analog CCTV System to a Network Based IP CCTV System.

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ11T0396
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Annie Jo Tucker, (719)526-4637
 
E-Mail Address
MICC - Fort Carson
(annie.jo.tucker@us.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. Quotes are being requested, and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-11-T-0396 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Fort Carson, Colorado, intends to award a firm-fixed-price contract for all materials and services to complete the conversion for the EACH Security System at Fort Carson. The North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.5 million. This requirement is a Total Small Business set-aside, and only qualified vendors may submit quotes. This solicitation closes at 10:00AM Mountain Time on 19 September 2011. A site visit is scheduled to begin at 10:00 am MST on 13 September 2011. The site visit will begin inside the West Entrance to the EACH located at 1650 Cochrane Circle, Fort Carson CO 80913. The contractor shall submit the names and contact information of the people interested in attending the site visit to Ms. Annie Tucker via e-mail at annie.jo.tucker@us.army.mil not later than 1400 on 12 September 2011. Offers shall propose prices for all of the following Contract Line Item Numbers (CLINs): CLIN 0001 CCTV Conversion to NETWORK BASED IP CCTVQty 1 In accordance with the attached PWS. Performance shall commence not later than 30 September 2011. POP: 19 September 2011 - 30 September 2012 Lump Sum = $____________ CLIN 0002 Contractor Manpower Reporting for FY 12 Base Period Qty 1 The contractor shall complete Contract Manpower Reporting in accordance with paragraph 9.0 of the attached PWS for Fiscal Year 12. Delivery Date: 31 October 2012 $________ Total Price for all CLINS $____________ The following Federal Acquisition Regulation (FAR) provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 Evaluation-Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose quote is the lowest price technically acceptable. In order to be considered technically acceptable, the offeror shall submit an installation plan explaining how it will meet all aspects of the PWS, to include resources available to the contractor in performance of the PWS, the contractor shall specifically address how it intends to meet the requirement of using Lenel certified installers. Past performance will be evaluated as part of the responsibility determination required by FAR 9.103. The contractor shall submit up to three of its most recent and relevant past performance references with its quote. Recent is defined as occurring within the last three years from the closing date of this solicitation. Relevant is defined as being of a similar scope as the current requirement. The contractor shall include the following for each reference: a point of contact (POC) name, phone number, POC e-mail address, contract number (if assigned), scope of the contract, contract value and period of performance. The Government may obtain past performance information from any source and is not limited to the information provided by the contractor. 52.212-3 Alt I (Offeror Certifications and Representations Commercial Items) 252.225-7031 Secondary Arab Boycott of Israel The following FAR clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6 Protecting the Government's Interest when sub contracting 52.212-4 Contract Terms and Conditions- Commercial Items 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 The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 561621. 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Sub-Contracting 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-35, Equal Opportunity for Veterans 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Act of 1965 Wage Determination # 05-2079 Revision 12, Dated 06/13/11 for El Paso County, Colorado is applicable to this solicitation and resulting award. See http://www.wdol.gov website for the entire Wage Determination. 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for information only: it is not a wage determination Employee Class: Electronics Technician Maintenance 2: 23182 WG-8 $21.27 52.222-50, Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-10 Waste Reduction Program 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5 Insurance Work on a Government Installation The Contractor, and subcontractors, shall provide and maintain during the entire performance of this contract at least the kinds and minimum amounts of insurance stated below. See FAR Clause 52.228-5, incorporated by reference above, and the text below, for additional information concerning insurance requirements. TYPE REQUIRED AMOUNT Automobile: Bodily Injury Liability Per Person $200,000 Per Occurrence $500,000 Property Damage $ 20,000 Comprehensive General Liability: Bodily Injury Liability (minimum amount) $500,000 Workman's Compensation and occupational Disease Statutory Employer's Liability $100,000 The Contractor must submit a copy of endorsements to the insurance policies along with a Certificate of Insurance. Each endorsement shall state the following: "Any cancellation or any material change adversely affecting the United States Government's interest under Contract No. ________________(Insert the number of this contract.) shall not be effective- (1) For such period as the laws of Colorado prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, Contract No.. ________________(Insert the number of this contract.), Directorate of Contracting, 1676 Evans Street, Building 1220, Fort Carson, CO 80913-4310, whichever period is longer." Submit a certificate of insurance and copies of the endorsements for all required policies, to include Automobile Liability, General Liability, Workman's Compensation and Employer's Liability. 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.237-1 Site Visit (See above for more details on the time and location) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-2 Clauses Incorporated by Reference) Provisions and clauses incorporated by reference may be viewed at http://farsite.hill.af.mil/. The following DFARS clauses are applicable to this acquisition: 252.201-7000 Contracting Officer Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 ALT A, Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.223-7006 Prohibition of Storage and disposal of toxic materials 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying country sources as subcontractors 252.232-7003 Electronic Submission of Payment Requests 252. 232-7007 Limitations of Government's Obligation 252. 232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications Local Information: 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000 HQ AMC-LEVEL PROTEST PROGRAM (NOV 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. QUESTIONS: Questions concerning this solicitation shall be addressed to Annie Tucker, Contracting Officer, and e-mailed to annie.jo.tucker@us.army.mil. All questions or inquires must be submitted in writing no later than 12:00 p.m. Mountain Time on 14 September 2011. No phone calls will be accepted. Any amendments to the solicitation will be posted on the Federal Business Opportunities website. All questions shall clearly reference solicitation No. W911RZ-11-T-0396 in the subject line of the e-mail. QUOTES DUE: Quotes with all required information shall be received no later than 10:00a.m. Mountain Time, 19 September 2011. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via e-mail to annie.jo.tucker@us.army.mil Performance Work Statement (PWS) All Lenel supplies indentified in this procurement are brand name supplies. This is necessary to interface with the existing security system. As not to void the warranty products must be installed by Lenel certified installers. FT Carson Evans Army Community Hospital Video Management System Conversion to Lenel Onguard Network based IP Video Management System Performance Work Statement Lenel Onguard IP Video Management System Installation 1.0.Overview. The FT Carson EVANS is converting the existing Pelco analog video management system to a network based IP Lenel Onguard video management system. 2.0. Project Location. Evans Army Community Hospital, 1650 Cochrane Circle, Fort Carson CO 80913. Located at room 1950 and room 1534. 3.0. Performance Work Statement. The contractor shall furnish all labor, materials, supplies, equipment, transportation, tools, and supervision necessary to complete the conversion of the existing Pelco analog video management system to a network based IP Lenel Onguard video management system described below: a. Remove existing Pelco DVRs, multiplexors, and matrix switches. Turn equipment over to the hospital security office. b. Install new thirty one (31) AXIS Q7406 blade encoders to convert 183 analog cameras to IP and three (3) Lenel PC-LNRO-3U-4 Lenel Network Video Recorders capable of storing 30 days of video. Rack mount NVRs in room 1534, IMD Network Room. c. Install three (3) AXIS 295 PTZ joystick controllers to control PTZ cameras in room 1950, 2527, and SFCC east lobby security desk. d. Integrate, program and conduct full systems check of the Lenel Onguard video management system on MEDDAC Amedd network. e. Provide any software and licensing for Lenel Onguard video management system. f. Provide required Lenel Onguard video management system operator training to EACH staff g. Contractor shall provide and install workstation and client licenses/software h. Install and set up on designated client monitoring workstations the capability to view non-alarmed video upon demand UL certified equipment and material. 4.0. Equipment Maintenance/Repair. The contractor shall assume responsibility for the maintenance repair, and troubleshooting of the reinstalled Lenel Onguard video management system described in paragraph 3 under one year warranty for software and one year warranty for hardware. All site repairs made by contractor shall be at no additional cost to the government over or above the monthly fee unless repairs made are the direct result of misuse, abuse, or natural disaster. If the problem is found to be in the communications lines, the contractor will notify the Contracting Officer's Representative (COR). a. The contractor shall respond to all warranty service calls, including operation testing and troubleshooting, to determine any problems the system may have. The contractor shall notify the COR before proceeding with any testing, maintenance or repair on the intrusion detection system. b.Warranty Service Calls. The contractor shall respond via telephone within four hours of notification by the Government Monday through Sunday. A time will be coordinated between the COR and the Contractor for the service call and repair to take place. Upon arrival at the Evans, the contractor shall physically visit either the Security Manager or COR Monday through Friday between the hours of 0730 to 1600 and after hours visit the onsite security officer. All service calls shall be completed within 24 hours unless coordinated with the COR. Upon completion of each service visit a service slip showing work performed and parts replaced will be provided to the COR. c.Service personnel shall be factory certified in the maintenance and repair of the equipment installed under this PWS. 5.0. Job Requirements. a. All work will be performed by skilled tradespersons, experienced in assigned tasks. All work shall be done under the supervision of licensed tradesman as required by local jurisdiction. b. The contractor shall perform all work; provide products, system integration, engineering and design work required for the project in order to ensure fully-operative systems and proper installation of all equipment. c. The contractor shall also be a or have access to a Lenel factory authorized local service organization that shall carry a complete stock of parts and provide maintenance for the Lenel Onguard system under this contract. d.Installation shall be conducted by a factory certified installer of the Lenel Onguard system. e.Programming requirements at FT Carson NEC server: Personnel must have a Top Secret Clearance and SSCI access and the ability to obtain a FT Carson network account. Have an understanding of SQL data base for Lenel 2005/2008 to include securables, principles, and service accounts. Understand SQL Server Native client to perform user support, create, backup, and restore databases, perform transaction log maintenance work with SQL server 2005/2008 assist with application patching and upgrades. 6.0. Guarantee. The contractor shall guarantee all work executed under this contract, both as to material and workmanship, for a period of twelve (12) months after the date of the certificate of completion, unless otherwise specifically provided for in the contract. The contractor shall replace any material found defective at the time of installation with new material. Any such replacement shall be made promptly and at no additional cost to the government. 7.0. Legal and Code Requirements. All work shall be performed and installed in compliance with all applicable national and local regulatory codes and regulations. The contractor shall install all system components in accordance with the manufacturer's instructions and ANSI C2 requirements, comply with all codes, ordinances, regulations, and other legal requirements of public authorities which bear on performance of work and functionality of equipment. 8.0. General. a. Contractor personnel shall present a neat and professional appearance and be easily recognized as their employee. This may be accomplished by wearing clothing bearing the name of the company or by wearing appropriate badges, which contain the company's name, employee's name, and current photo. b.A favorable criminal background history (CBH) check must be completed for all contractor personnel prior to allowing access/entry to the clinic. The check will be performed within the 24 months prior to the contract award. c.Access/badging will be issued by EACH security office, room 2520 d.The contractor shall notify the EVANS hospital Security Manager to coordinate the start date of performance and discuss concept/scope of work/technical concerns prior to the physical installation. e.The contractor shall prepare a schedule of dates and times when the installation will occur, including anticipated completion date. All changes must be coordinated with the COR and the EVANS hospital Security Manager in advance. f.Where existing equipment is to be removed, all holes, penetrations and damage shall be repaired with like kind and color material and/or paint. The contractor is responsible for all parts of work under this contract, including any work which may have been subcontracted. g.Contractor shall plan and coordinate installation work and power outages with the building manager, COR or EVANS hospital Security Manager. h.Hours of Operation. Preventive maintenance and repair will be accomplished during normal duty hours 0730-1600 Monday through Friday excluding Federal Holidays. i.Contractor shall designate a Point of Contact (POC) for the contract and provide the POC information to the COR and the EVANS hospital Security Manager. j.Contractor shall take all precautions to ensure that contractor operations are conducted in a manner so as not to interfere with the normal operations of the surrounding area and the safety and convenience of the occupants. k.Access to Fort Carson: requires a security check and search of vehicle. Day pass can be requested at Gate One only. RAPID Gate pass is good for one year and requires fee of $200.00 to register company and $159.00 per employee. RAPID Gate contact is 526-9727, Monday through Friday between the hours of 0900-1700. 9.0 Contractor Manpower Reporting. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d90c23a6b71492f976291dcc7a1faee4)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02564858-W 20110909/110907234941-d90c23a6b71492f976291dcc7a1faee4 (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.