Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

63 -- FIRE ALARM INSPECTIONS - QUESTIONNAIRE

Notice Date
7/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
483-12MR-6718
 
Archive Date
8/24/2012
 
Point of Contact
Jo D. Scott,
 
E-Mail Address
scott.jo@dol.gov
(scott.jo@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA WAGE DETERMINATION PAST PERFORMANCE QUESTIONNAIRE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. The solicitation number is 483-12MR-6718, assigned for tracking purposes only, and is issued as a Request for Proposals. No other solicitation will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58 issued May 18, 2012. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 Security Systems Services (except Locksmiths) with a small business size standard of $12,500,000.00. This requirement is a Small Business set-aside and only qualified offerors will be considered. COST/PRICE SCHEDULE CLIN ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL Base Period (October 1, 2012 - September 30, 2013) 0001 Perform annual maintenance and 4 EA $ $ repair services on a quarterly basis on Edwards Fire Alarm System. Option Period 1 (October 1, 2013 - September 30, 2014) 1001 Perform annual maintenance and 4 EA $ $ repair services on a quarterly basis on Edwards Fire Alarm System. Option Period 2 (October 1, 2014 - September 30, 2015) 2001 Perform annual maintenance and 4 EA $ $ repair services on a quarterly basis on Edwards Fire Alarm System. A site visit is scheduled at the National Mine Academy for Wednesday, July 25, 2012 at 10:00 a.m. EST. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit will be conducted by Gary Humphrey. If you plan to attend, you must notify Jo Scott via e-mail at scott.jo@dol.gov no later than Tuesday, July 24, 2012 at 2:00 p.m. EST. NATIONAL MINE HEALTH AND SAFETY ACADEMY STATEMENT OF WORK The National Mine Health and Safety Academy, located at 1301 Airport Road, Beaver, WV, is seeking quotes for annual maintenance and repair service on One Edwards 6500 Fire Alarm System as interfaced to an Edwards EST3 addressable system with voice notification. 1.1 OBJECTIVES The objective of this procurement is for annual maintenance and repair service on Edwards Fire Alarm System. 1.2 SCOPE Perform scheduled inspections on Edwards Fire Alarm system located at the National Mine Health and Safety Academy, Beaver, WV • The fire alarm system consists of control panel, annunicators, coded pull stations, alarm bells, duct smoke detectors, heat detectors, flow switches, tamper switches, and ceiling smoke detectors. • The full coverage Preventative Maintenance Service (PMS) Agreement provides four maintenance inspections, no-charge emergency service during normal business hours, and supplies, replacement parts without charge (except for non-repairable pieces of equipment, such as smoke detectors). 1.2.1 SPECIAL QUALIFICATIONS The contractor warrants that he will have obtained all licenses and permits required by law to engage in the activities that are required in connection with the statement of work. The contractor shall conform to all required safety regulations for the Academy, County, State, and the Federal Government. 1.3 PERIOD OF PERFORMANCE The period of performance shall be for one (1) Base Period of 12 months and two (2) 12 month option periods. The anticipated Period of Performance reads as follows: Base Period: October 1, 2012 thru September 30, 2013 Option Period I: October 1, 2013 thru September 30, 2014 Option Period II: October 1, 2014 thru September 30, 2015 1.5 POINTS OF CONTACT/COORDINATORS Jo Scott Purchasing Agent U.S. Department of Labor Mine Safety & Health Administration 1301 Airport Road Beaver, West Virginia 25813 (304) 256-3303 1.5.1 CONTRACTING OFFICER REPRESENTATIVE: The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. 1.7 RECOGNIZED HOLIDAYS The Contractor is not required to perform services on the following holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.8 HOURS OF OPERATION The Contractor is responsible for providing support between the hours of 07:30 a.m. and 4:00 p.m. 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 in the performance of this requirement immediately notify the COR or the MSHA Point of Contact if the time and/or service obligations of this contract cannot be met due to inclement weather, civil disturbances, equipment failure, illness, etc. MSHA recognizes the obligation of the Contractor to provide for the safety and well being of personnel engaged in providing services under this contract. The Contractor shall notify the MSHA COR or other Point of Contact no later than 9:00 a.m. on the day the services were scheduled to be provided if any circumstances prevent timely performance. 1.9 PLACE OF PERFORMANCE: The work to be performed under this contract will be delivered to 1301 Airport Road, Beaver, WV 25813. 1.10 TYPE OF CONTRACT This will be a Firm Fixed Price contract. PART 2 DEFINITIONS & ACRONYMS CO - Contracting Officer COR - Contracting Officer's Representative: A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor Defective Service - A service output that does not meet the standard of performance associated with it in the Statement of Work. DOL - Department of Labor FAR - Federal Acquisition Regulation MSHA - Mine Safety and Health Administration POP - Period of Performance Quality Control - Those actions taken by a contractor to control the performance of services so that they meet the requirements of the SOW. Quality Assurance - Those actions taken by the government to assure services meet the requirements of the Statement of Work. SF - Standard Form SOW - Statement of Work PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES GOVERNMENT FURNISHED ITEMS AND SERVICE Knowledgeable MSHA personnel will be made available to direct the contractor to the generator locations at NMH&S Academy. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.0 Contractor will perform annual maintenance and repair service on one Edwards 6500 Fire Alarm System as interfaced to an Edwards EST3 addressable system with voice notification. PART 5 SPECIFIC TASKS The following is the set of tasks required under this Contract. All tools developed under this contract should be validated for accuracy. The method(s) used for this determination shall be specified in the contract proposal. The following tasks are required under this Contract: 1. Maintain a local service facility that is factory authorized to service, install, and maintain Edwards fire alarm equipment for this location. The contractor shall submit written factory documents with proposal. 2. Maintain at least two local full-time service technicians who are factory certified on the "EST3" and "EST3 Networking" fire alarm system. The contractor shall submit written factory documents with proposal. 3. Maintain at least two local full time employees who are certified with a minimum of NICET Level II to supervise inspection and service work performed on this fire alarm/life safety system. The contractor shall submit documents certifying NICET level with proposal. 4. Maintain local full time employee who has at least two years of experience providing service on the Edwards 6500 fire alarm system. The contractor shall submit a list of completed projects that include the name of current employee who has provided service and certification for the Edwards 6500 system fire alarm control panels with proposal. 5. Use authorized factory software to develop a database to accurately identify each addressable device and all action codes necessary for proper operation of the existing EST3 fire alarm/life safety system as needed. The contractor shall be responsible for all costs involved to prepare database and perform all tests required by NFPA to certify operation. 6. Provided that all of the above conditions are met, and upon successful completion and testing of fire alarm database as needed, the contractor shall: a. Provide a minimum of four (4) maintenance inspections. b. Provide written report showing all devices tested, data and condition as tested during industry standard NFPA testing report forms. c. Provide no-charge emergency service during normal business hours. d. Provide supplies and replacement parts without additional charge (except for non-repairable pieces of equipment, such as smoke detectors). The Contractor shall provide service for all existing fire alarm control panels, annunciators, coded and addressable manual pull stations, alarm notification devices, duct smoke detectors, heat detectors, sprinkler flow monitor switches, and ceiling smoke detectors. TYPE OF COVERAGE The Contractor shall provide routine repairs and inspections of the equipment; reports, and routine preventive maintenance as described in the sections of this agreement. SERVICE CALLS AND EMERGENCY SERVICE The Contractor shall provide a minimum of four maintenance inspections per year under this contract. Additional calls, maintenance, and repairs not covered by this contract will be performed only upon written authorization by the U.S. Government. The extra service shall be provided by the contractor as supplemental service on a time-and-material basis and is not included in this agreement. RESPONSE TIME AND PAY DEDUCTION A maximum four-hour response time is required. If this response time is not met, the U.S. Government will adjust the pay for the Contractor. Two percent shall be deducted from annual maintenance agreement each time the Contractor does not respond within four hours or does not perform in accordance with the contract. WORK SCHEDULE All work shall be performed during the periods of time established by the U.S. Government's Technical Project Officer (TPO). Due to the nature of the Academy's functions, the Contractor at no additional charge shall provide service (24 hours a day/7 days a week) if requested by the Academy. The TPO may request some service to be performed at odd hours of the day and night and/or over a holiday period. However, if an overtime rate (for hours other than normal business hours and/or holidays) is to be charged, this rate must be shown when the Contractor bids on the service. If his company does not respond at the odd hours when requested, the Contractor will be penalized. STOP WORK All work shall be performed in a safe and professional manner. If work is not performed safely and professionally, the TPO shall have the authority to stop work immediately. This does not in any way affect the U.S. Government's right to terminate the contract for default or convenience in accordance with the applicable provisions of the contract. MATERIALS CONTRACTOR WILL FURNISH The Contractor will furnish all labor (up to 8 hours on the job site for each job request), materials (up to $100.00 for each job request), equipment, supervision, and planning to complete the job, and all activity associated with the de-energizing, isolating, reenergizing, and testing of the fire alarm system). MATERIALS GOVERNMENT WILL FURNISH The government will furnish the electricity for the power tools. REGULATIONS The Contractor will perform services as set forth in the statement of work in accordance with all applicable laws and regulations. The Contractor warrants that he will have obtained all licenses and permits as required by law to engage in activities required in connection with the statement of work. GUARANTEE/WARRANTY The Contractor guarantees the materials and workmanship to be of good quality and in conformance with the best commercial practices. All products will be carefully inspected before they are used. The Contractor must guarantee all materials and workmanship against existing and/or developing defects for one year. This one-year warranty is not exclusive. The Contractor is still responsible for breach of contract and negligence up to the expiration of the statute of limitations. The Contractor must warrant all materials, items, and performance to be equal to or better than as represented. CLEAN-UP AND DISPOSAL After the job has been completed, the Contractor shall clean up all areas where work was performed. The Contractor shall remove and dispose of excess materials left at the job site. The materials shall become the property of the Contractor if they are of no use to the U.S. Government. The Contractor will be responsible for all clean-up, repair, and disposal fees associated with the fire alarm system. AUTHORITY Only the contracting officer has the authority to modify the contract, authorize changes in funding, or add additional funds for expenditure under a contract. Should the contractor question charges or instructions under this task order, the contractor will bring these issues to the contracting officer for resolution. All issues brought to the attention of the contracting officer must be presented in writing via a memorandum or e-mail. REGULATIONS The contractor shall perform the services as set forth in the statement of work and in accordance with all applicable laws and regulations. The contractor warrants that he will have obtained all licenses and permits required by law to engage in the activities that are required in connection with the statement of work. The following provisions and clauses apply to this procurement:  FAR Clause 52.204-6, Data Universal Numbering system (DUNS) Number (APR 2008)  FAR Clause 52.204-7, Central Contractor Registration (FEB 2012)  FAR Clause 52.204-8, Annual Representations and Certifications (MAY 2012)  FAR provision; 52.212-3, Offeror Representations and Certification-Commercial Items (APR 2012)  FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2012)  FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2012)) - in paragraph (b) the following clauses apply; o 52.202-1 Definitions (JAN 2012) o 52.203-5 Covenant Against Contingent Fees (APR 1984) o 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) o 52.203-7 Anti-Kickback Procedures (OCT 2010) o 52.216-24 Limitation of Government Liability (APR 1984) o 52.216-25 Contract Definitization (OCT 2010) o 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) o 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification (NOV 2011) o 52.232-1 Payments (APR 1984) o 52.233-2 Service of Protest (SEPT 2006) o 52.233-3 Protest After Award (AUG 1996) o 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) o 52.244-6 Subcontracts for Commercial Items (DEC 2010) Offerors shall include a completed copy of 52.212-3 Offeror Representations and Certifications - Commercial items (APR 2012) with quotes if not currently registered in ORCA. All clauses shall be incorporated by reference in order. Additional contract terms and conditions applicable to this procurement are:  FAR clause 52.247-34 F.O.B. Destination (NOV 1991) It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/. 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: A. Technical Capability 1) Experience 2) Understanding of the Requirement B. Past Performance C. Price The non-Price factors combined are significantly more important than Factor C, Price. However, price will become significantly more important as non-price factors approach equality. Offerors are cautioned that the award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior technical features than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical features. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor A, and its associated sub-factors. The government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. FACTOR I - TECHNICAL CAPABILITIES - The proposal will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. Sub-factor 1: EXPERIENCE - The government will evaluate the offeror's experience in relation to current or previous work performed in similar size and scope to this requirement, including the experience of key personnel that will be assigned to this requirement. Sub-factor 2: UNDERSTANDING OF THE REQUIREMENT - the Government will evaluate the offeror's understanding of the work to be performed in accordance with the SOW. The offeror shall submit a proposal that demonstrates its understanding of the work described in the SOW and the extent to which potential risks are identified and mitigated. FACTOR II - PAST PERFORMANCE; The government will evaluate past performance of three (3) previous contracts for current relevancy (within three (3) years), with at least one (1) previous or current contract with relevancy within the past twelve (12) months based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire. Offeror's shall distribute the questionnaire included in the solicitation as an attachment to their references so the form can be completed and submitted directly to the Government. FACTOR III - PRICE: The offeror shall complete Cost/Price Schedule with pricing for the base and each option period. The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b)(2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. ADJECTIVAL RATINGS: Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Factor I, Technical Capabilities, will be rated using the following Adjectival Scale: Outstanding - A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good - A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable - A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. Unacceptable - A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and non of these conditions can be corrected without a major rewrite or revision of the proposal. Factor II, Past Performance, will be rated using the following Adjectival Scale: Low Risk - Little doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Moderate - Some doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. High Risk - Significant doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Unknown Risk - Little or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. No adjectival ratings will be used to evaluate Factor III, Price. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation with a 12-month base period and two (2) 12-month option periods. Questions regarding this requirement are to be sent to scott.jo@dol.gov no later than Wednesday, August 1, 2012 at 2:00 p.m. EST. TELEPHONE CALLS WILL NOT BE ACCEPTED. Answers to all questions received by this deadline will be posted on FedBizOpps in sufficient time for proposals to be submitted. Proposals are due to Purchasing Agent, Jo D. Scott by Thursday, August 9, 2012 at 2:00 p.m. EST via e-mail at scott.jo@dol.gov. Electronic quotes must be submitted in a format compatible with Microsoft Office 2003. No Vista or Zip files will be accepted. Pricing must be sent as a separate file from the proposal. Proposals must include enough information for the government to make a determination that the offeror can responsibly perform the work. Proposals must include the solicitation number, discount/payment terms, Tax ID number, cage code, and Data Universal Number System (DUNS) number. Instructions on Past Performance Questionnaire - - The attached questionnaire shall be distributed by the Contractor to three (3) current or previous contract holders as referenced in the Evaluation Summary section of this posting. Part I of the form will be completed by the Contractor submitting the quote for this requirement and then sent to the Contractor's references. Part II will be completed by the Contractor's reference and returned directly to Jo D. Scott, Purchasing Agent, at scott.jo@dol.gov by the closing date of this requirement - Thursday, August 9, 2012 at 2:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/483-12MR-6718/listing.html)
 
Place of Performance
Address: 1301 AIRPORT ROAD, BEAVER, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02802808-W 20120715/120713235544-3312245ff7963383802fc71c2a364a41 (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.