Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2002 FBO #0249
SOLICITATION NOTICE

63 -- This is a combined synopsis and RFP for a security system upgrade.

Notice Date
8/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T1069
 
Response Due
8/15/2002
 
Point of Contact
Ed Brown (619)532-2574 Ed Brown (619)532-2574
 
E-Mail Address
Email your questions to Contract Specialist
(Glenn_E_Brown@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitu tes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-1069 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices effective through 12/06/01. The standard industrial code is 7382, NAICs #561621 And the business size standard is $10.5 million. The agency need is for replacement of the current security system with an up-to-date, state-of-the-art automated access and alarm system. This requirement is for a firm fixed priced contract . The following salient characteristics are CRITICAL / ESSENTIAL to the Government: 1. SCOPE: The Naval School of Health Sciences San Diego (NSHSSD) has a req uirement to replace its' current Security System with an up-to-date, state of the art automated access and alarm system. 2. BACKGROUND: The current system is 10 years old and does not provide adequate security (i.e. Security personnel cannot positively verify that all exterior doors are secure without constant physical rounds of the building and conducting a physical check of each door handle/lock) and is not capable of upgrade as it is incompatible with current automated technology. 3. GENERAL REQUIREMENTS: Optimally the new system will replace the alarm and access control systems that currently exist combining the two into one comprehensive system. Access to the NSHS San Diego needs to be controlled via an automated system. The new system should automate the security procedures of the NSHSSD by monitoring and providing computerized reporting. At a minimum the system should provide: a. Identification of personnel accessing the building; including who entered the building and when, where they entered, and additionally, provide details on those attempting to gain access and what entrance did they attempt to gain access to. b. All information should be accessible from one central computer terminal (i.e. located at the watch stander's post on the quarterdeck of the command) so that security personnel will be able to view status of the doors being monitored. c. 24 Hour/around the clock Alarm capability that will send an alarm signal to a 24 hour manned security post on the compound so that Naval Medical Center San Diego Security personnel can respond from a ? to ? mile away in the event that an alarm is triggered. d. System must have the capability of being upgraded in the future to include security cameras, motion detection devices, and other security/access system related upgrades in addition to potential integration with fire/smoke detection system/s in the future. e. Employees should be able to access/enter any one of the 69 exterior entrances by utilizing a card swipe or proximity type scanning device (i.e. reader to scan a magnetic strip located on an employee's personal identification badge/card). The optimal system will be configured to read the current Military Identification Cards (which now contain a magnetic strip on the back of the card). System should have the capability to permit personnel access to specific zones/areas at specified times where their duties require them to be/but also have the capability to be programmed to rest rict or permit access to other areas/and at times when personnel should not be accessing those same areas/zones (i.e. Individual works in Area "A" from 0800 to 1600 and should have access to Area "A" during those hours, but not after/or before those hours. Yet at the same time the individual can access common areas until 1800 when the organization entirely shuts down/locks up for the evening). f. Security personnel should be able to request reports (viewable via computer screen or printed version) from the system that will report on who entered via which door and at what time, or who tried to gain entrance via what door and when. g. The system should consist of control panels capable of controlling access and/or alarm for all exterior doors and some interior doors of the schoolhouse (approx. 80 doors in total). Optimally each door will have a monitoring (or acce ss control) device. There needs to be a manual key punch code entry type device as well for instances when an individual forgets their/loses their badge. 4. OTHER REQUIREMENTS: a. NSHS San Diego desires a "turn-key" system. Vendor is solely responsible for the purchase of all parts and materials, transport of, storage of, and security of all parts, tools, and materials required and utilized during the installation process, and for the complete installation of the entire access/alarm system. b. NSHS San Diego desires at a minimum a one year warranty on parts, materials, and installation work. Warranty should clearly specify that vendor is accountable for all defects discovered in materials and/or installation for 1 year from the date of acceptance. NSHS San Diego will not accept the system until the system has been satisfactorily demonstrated/tested w ith both vendor representatives and government representatives on hand/in attendance. c. NSHS San Diego desires a quote for an optional preventive maintenance contract (billed on a monthly basis) for all equipment to be maintained as per manufacturer's specifications which will commence upon completion of the manufacturer's warranty plan. d. Current door locking hardware can be reutilized if possible/as necessary, but is not mandatory that it be a part of the new system. e. The command contains 9 double doors that will require monitoring also. f. The command desires on sight, hands on "user" training on the system after the system installation is complete for up to 20 personnel. g. System installation should cause minimal to no disruption to the mission of the command (i.e. Training Institution with classes continuously being taught on 3 different floors fr om 0645 to 1600 five days per week - Monday through Friday). h. Contractor will be responsible to repair/replace any and all damages caused by/incurred during the installation of the Alarm/Access Control System. i. The government (NSHS San Diego) will furnish utilities required to complete this installation, and will dedicate one dual 110V wall plug for the Security System power requirements. Contractor may utilize the facilities (bathrooms, vending, and outdoor lunch tables) while in the process of completing the contracted job. j. NSHS San Diego desires to review and have approval authority on the projected completion timeline before the commencement of any work and desires periodic (weekly) status updates while the project is in progress. NSHS San Diego desires a vendor's Quality Assurance point of contact be established prior to commencement of any work so that if/when liaison becomes necessary this can be accomplished with minimal effort. 5. GENERIC LISTING OF MATERIALS REQUIRED: Not by any means deemed to be "all inclusive". 9 Each Master Control Panels; 9 each Power Supply Units;38 Dual Port Interface units; 1 each Server Software w/plug; 1 each Programmed and Installed Personal Computer; 1 each 128B Power Pak; 69 each Proximity Readers; 69 each Door contacts; 69 each Door Lip Extensions; 500 each Magnetic Strip/Proxim. Type Cards; 4 each Alarm Monitoring Devices; 4 each Output Relay Units; 10sets Elec. Strike Hardware (Cylindrical); 51 each Electric Strikes; 8 each Power Transfer Hinges; 8 each Conversion Kits for Double Doors; 8 each Conversion Kit Power Suppliers; 8 each Additional Door Knobs; 5 Lots of UL Listed Premium Shielded Alarm/Access Wiring ALL ITEMS ARE TO BE DELIVERED TO: Naval Schoo l of Health Sciences Resource Services Dept (Code 06) 34101 Farenholt Ave. San Diego, CA 92134-5291 Mark for: LCDR Trulove The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. 52.212-2 EVALUATION OF COMMERCIAL ITEMS--OCT 1995 (a) 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. (I) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT (ii) PAST PERFORMANCE (iii) PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii) is approximately equal to Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures or tec hnical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors' technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors' technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. (c) Offeror's PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS , Subparagraph (b)(10), will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance histor y and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has a sserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.neco.navy.mil Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. QUOTES MUST BE RECEIVED NO LATER THAN 3:00 PM, LOCAL TIME 15 August 2002 . Offers will be accepted via fax (619-532-1089) or via e-mail (glenn_e_brown@sd.fisc.navy.mil ). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. PAST PERFO RMANCE DATA SHEET: OFFEROR'S PAST PERFORMANCE DATA N00244-02-T-1069 COMPANY NAME: ADDRESS: CONTACT NAME: TELEPHONE: TELEFAX: 1. This Performance Data is to be used to evaluate your Company's past performance in meeting contract cost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. CONTRACT NUMBER FOR REFERENCE #1: a. AWARDED BY: b. ADDRESS: c. CITY/STATE/ZIP: d. CONTACT NAME: e. TELEPHONE/FAX: f. CONTRACT TYPE: g. ITEM DESCRIPTION: h. QUANTITY: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? j. Yes* No Was, or is, any part of this contract terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes No* Were all items delivered within the original contract schedule? m. Yes* No Have your Company received any quality awards in the past three years? n. For all answers with an asterisk, please pr ovide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. NOTE: OFFEROR'S TO COMPLETE THE ABOVE FORM FOR THREE SEPARATE PRIOR CONTRACTS.
 
Web Link
NECO Home
(http://www.neco.navy.mil)
 
Record
SN00133609-W 20020808/020806213840 (fbodaily.com)
 
Source
FedBizOpps.gov 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.