Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

J -- Rotating Beacon and Camera System Maintenance

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-10090751
 
Response Due
9/29/2011
 
Archive Date
11/28/2011
 
Point of Contact
Sonja Y. Davis, 757-878-2800
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(sonja.y.davis@conus.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. Interested vendors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation part 12 and 13 under the solicitation number W911S0-10090751. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 811219 with a size standard of $19,000,000. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and accept a Government purchase order to be considered for award. This RFQ requests a Maintenance and Repair Warranty for a Rotating Beacon and Camera System in accordance with the Performance Work Statement. PERFORMANCE WORK STATEMENT ROTATING BEACON & CAMERA SYSTEM MAINTENANCE RENEWAL NETWORK ENTERPRISE CENTER (NEC) EUSTIS 1. GENERAL: This is a non-personnel services contract to provide Maintenance for the NEC Eustis' Rotating Beacon and Camera System. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 2. DESCRIPTION OF WORK: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Rotating Beacon & Camera System Maintenance as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 3. Background: The NEC Eustis is currently using the AMAG Security Management System to provide facility security. Original contract was awarded 05 August 2008 and supports the existing system components following the manufacturer's suggested maintenance plan. AMAG Symmetry Security Management System interfaces to various subsystems located within the facility. The following subsystems work independently but use the AMAG database management capability to provide secondary controls for: a.Access Control and Visitor Management b.Closed Circuit Television Video Management c.Aiphone Intercom Camera call up and door release d."Uncleared Person in room" Rotating Beacon System e.Sound masking Speech Privacy 4. Objectives: a.Provide technical services to sustain operation of each subsystem b.One yearly systems Preventive Maintenance scheduled maintenance c.If components are determined unrepairable during the course of this service plan following the manufacturer's warranty program the contractor will provide a separate cost proposal which will be delivered to the government for procurement of required parts not covered under the warranty. 5. Scope: As part of the Preventative Maintenance the contractor shall troubleshoot, repair or replace the following components: AMAG HOST SYSTEM Server - not covered under warranty- provided by government Symmetry Ver 6 1 Pro32-HSE Software - 1 each VidMOD-8 Video Management Software - 1 each UPS-rack Mounted not covered under warranty -provided by government - 1 each SECURITY COMM EQUIPMENT MN-NIC EXP Ethernet card - 1 each Field Controllers MN2100 DBU 20k - 1 each MN2100 4DCU - 2 each N2100 NETWORK PANEL - 1 each LARGE EXPANSION ENCLOS - 1 each BATTERY FOR N2100 - 2 each MN TRANS TRANSFORMER, 18 VAC - 1 each ACCESS PT DOOR EQUIP S853 PROXIMITY READER - 5 each LOCK MAGLOCK/STRIKE - 5 each LOCK POWER SUPPLY STD - 1 each Monitor Point - 4 each EGRESS PIR/ PTE - 4 each ALARM CONTACT - 4 each Digital Video Recorder / Multiplexer DVR-Existing AMAG ENVS System-8 ch - 1 each Monitor XMK-12L Monitor - 2 each Camera Power Camera Power Supply - 1 each Cameras Pelco ICS 110 minidome - 3 each Pelco IC Exterior camera units with housing - 3 each Rotating Beacons Edwards Series 52 12vdc RED - 5 each Sound Masking System Atlas Sound MG24 Sound mask Tone Generator - 1 each Rolen Star Transducers - 5 each ATLAS Sound M1000 Speaker Units - 5 each Intercom System Aiphone AX-8M audio only master Station - 2 each Aiphone AX-084C central exchange system - 1 each Aiphone AX-08DC Audio surface door station - 3 each Aiphone PS2420UL power supply unit - 2 each 5.1 The contractor is not responsible for the following items: 5.2 Lift rental is not included and will be billed separately if required. a. Server Computer, Desktop or laptop computers are not covered. b. Camera adjustments, including focus, field of view, cleaning of housing to remove dirt or moisture and removal of foreign objects from the view of the camera are specifically not part of the maintenance agreement. c. The contractor has the right to either repair or replace the Equipment and has the right to use reconditioned or remanufactured parts in making repairs and replacements in accordance with manufacturer's warranty policies. If the contractor determines components are unrepairable during the course of this service plan, then a separate cost proposal will be delivered to the government for procurement of required parts not covered under the warranty. 6. PERIOD OF PERFORMANCE: The Period of Performance shall be for one (1) Year of 12 months. 7. GENERAL INFORMATION: 7.1 RECOGNIZED HOLIDAYS: The contractor is not obligated to perform these services on recognized holidays. New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence Day Christmas Day 7.2 HOURS OF OPERATION: The contractor is responsible for conducting business, between the hours of 0800-1600 hrs Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 7.3 PLACE OF PERFORMANCE: The work to be performed under this contract will be performed at 667 Monroe Ave, Ft. Eustis, VA 23604. 7.4 SECURITY REQUIREMENTS: Contractor personnel performing work under this contract are not required to have a security clearance at time of the proposal submission or during the performance of this contract. Contractors at all times while performing duties under this PWS in the NEC Eustis' Network Operation Center will be escorted by an authorized employee. 7.5 KEY PERSONNEL: The follow personnel are considered key personnel by the government: Trained Technicians. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0800-1600 hrs, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Key Personnel performing maintenance will at a minimum be factory trained to perform service pertaining to the NEC Eustis' Rotating Beacon and Camera system. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2009) (Deviation) are incorporated by reference, however the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration DFARS 252.204-7004, Required Central Contractor Registration (CCR). Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.225-7001 - Balance of Payments Program DFARS 252.232-7010, Levies on Contract Payments Offerors shall submit their quotations via email to sonja.y.davis@conus.army.mil. The due date for receipt of quotes is 06:00 AM. Eastern Standard Time (EST) on Thursday, September 29, 2011. Include total pricing and your Cage, DUNS, and Tax ID number on quote. Basis for this award will be "Lowest Price, Technically Acceptable" LPTA). Contract will be Firm Fixed Price. Date of delivery shall be no later than 30 days after contract award, FOB: Destination for delivery is to 667 Monroe Avenue, Fort Eustis, VA 23604. Questions should be submitted to sonja.y.davis@conus.army.mil This solicitation shall not be construed as a commitment of any kind. Contracting Office Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2746, Fort Eustis, VA 23604 Point of Contact: Sonja Y. Davis, 757-878-2800 ext 2241 sonja.y.davis@conus.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96ebe5e95bcc90d0eaa9192757ebad84)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02592418-W 20110928/110926235258-96ebe5e95bcc90d0eaa9192757ebad84 (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.