Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

63 -- Sandia District Office Alarms and Cameras

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Northern Zone, 2113 Osuna Rd NE, Ste A, Albuquerque, NM, 87113
 
ZIP Code
87113
 
Solicitation Number
RFQ-R3-03-04-41
 
Response Due
8/9/2004
 
Archive Date
8/24/2004
 
Point of Contact
Roberta Buskirk, Contract Specialist, Phone 505-346-3895, Fax 505-346-3901, - Leticia Shindelar, Procurement Assistant, Phone (505) 346-3806, Fax (505) 346-3901,
 
E-Mail Address
rbuskirk@fs.fed.us, lshindelar@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation documents, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. Solicitation number R3-03-04-41 is issued as a Request for Quotation (RFQ) in accordance with FAR subpart 13.5. This acquisition is a 100% small business set-aside. The Northern American Industry Classification System (NAICS) code is 238210 and the size standard is 12 million dollars. A firm-fixed price purchase order will be issued under the Test Program for Certain Commercial Items. The solicitation is for Alarms and Cameras, Sandia Ranger District with the base bid line items as follows: Item 1, Office fire system components, includes connections to remote 24/7 monitoring station?1 Lump Sum; Item 2, Warehouse fire system components, includes integration with office monitoring system?1 Lump Sum; Optional Items include: Item 3, Office access system components, including on-site monitoring station and software, includes integrating with other systems and automatic gate?1 Lump Sum; Item 4, Office intrusion system components, includes integrating with other systems and automatic gate?1 Lump Sum; Item 5, Warehouse intrusion system components, includes integration with warehouse fire system?1 Lump Sum; Item 6, Warehouse closed circuit television system components, includes integrating automatic gate area, includes on-site monitoring station and software?1 Lump Sum. The prospective bidder shall bid on all items listed in the Schedule of Items. Each optional item of the contract will be evaluated individually and the combination of items when added to the Base Bid Items that represents the best value to the Forest Service will be awarded. There will be only one successful bidder at the conclusion of the evaluations. Contractor shall obtain required work permits and inspections for all portions of the work. Contractor shall be responsible for any fees required by this project. Prices shall include any overhead, profit, and taxes. General Requirements - All systems shall include battery back-up w/alarm. All products provided shall be from manufacturers properly licensed/certified and regularly and continuously engaged in the manufacture of fire, access, intrusion, & CCTV products for a minimum of five years. Installers shall be properly registered/licensed/certified for installing fire, access, intrusion, & CCTV products and shall have been continuously working in the industry for a minimum of five years. Or, installers shall be under the direct field supervision of an individual(s) meeting these requirements. All registrations/licenses/certifications shall be current within the United States (Territories) at the time of installation. Contractor shall provide training for all systems and controls. Complete operations and maintenance data shall be provided at the time of training. Operation and Maintenance data for all components shall be submitted at one time in a concise manner. The papers/manuals shall be contained within a three-ring binder, folder or other similar organizational device with related sections grouped together. Individual sheets must be identified as which components they pertain to. Warranty and guarantee information shall be included. Technical assistance and monitoring station data shall be included. Sandia District Office - Local fire alarm and automatic sprinkler system exists; integrate with the new systems. Intrusion alarm; utilize existing lights and sirens for local alarms. Card-in access system; utilize existing lights and sirens for local alarms. Switch existing keypunch automated gate access to card-in access; integrate with office systems. Provide and install on-site monitoring/programming station and software. Provide and install 24/7 remote monitoring for intrusion, access, and fire alarm (water bell) systems Sandia District Office Warehouse - Fire alarm system; provide and install complete local system. Intrusion alarm system; utilize lights and sirens installed with fire alarm system for local alarm. Camera system for vehicle access and parking around warehouse and six (6) outlying structures. Provide monitoring for intrusion and fire alarm systems; integrate with office on-site equipment and remote monitoring program. Provide DVDRW format, automatic rewritable recorder for camera system; include software necessary for viewing video. The camera system shall be installed and operate such that access to any building and vehicle parking space can not be accomplished without an individual passing thru the field of vision of one of the cameras, minimum. A drawing for boundary definition is available upon request. There are internal communications in place between the warehouse and the office. The contractor may use the existing infrastructure within the limitations specified herein. The contractor will coordinate with the Forest Service telecomm shop as required to make necessary connections to communications services. One analog port will be provided for the contractor inside the basement electrical room. 4 Pair (8) spare wires inside a 4? ? conduit are available between the District Office and the Warehouse. These are voice grade, category 3, copper wires. These wires will be accessible to the contractor in the basement ceiling of the elevator service room. A spare 2? ? conduit is available between the gate operator and the nearest pull box at the gate. A 4? ? conduit is in place between the nearest pull box at the gate and the District Office. This conduit has existing wires (running between the warehouse and the office) that are not available for use at this point. The existing telecom/data wires present at this location will not be spliced. Wires for monitoring the gate from the pull box location to the building may be pulled thru this conduit. Wires shall be pulled without causing damage to the existing wiring or the conduit. This conduit terminates in the basement ceiling of the elevator service room. A 4? ? conduit is stubbed out approximately 10LF from the south end of the existing District Office. The contractor may use this option for connecting the automatic gate to the office systems. Use of this conduit would require trenching, conduit, and backfill between the office and the pull box at the gate. This conduit terminates in the basement ceiling of the elevator service room. All work adjacent to or making use of the existing infrastructure shall be completed without damage to the existing infrastructure. The project site is accessed from Albuquerque by traveling east on I-40 to the Tijeras Exit. Follow SR 337 south for about ? mile to the District Office. Please contact Terresa Reed at 505-346-3841 to set up a site visit. FAR 52.212-2, Evaluation--Commercial Items is applicable. The Government will award the contract to the Contractor whose offer represents the best value to the Forest Service on the basis of (1) Price Reasonableness, and (2) Technical Proposal. Price Reasonableness and Technical Proposal are equally important. The evaluation criteria for each category are listed in descending order of importance. PRICE REASONABLENESS ? Criteria (1) Price shall be fair market value for materials, labor, and incidentals represented on the drawings and in the specifications necessary to complete this project. In the event ?fair market value? becomes a point of discussion, the resolution will be determined by the use of documented unit prices from cost guides, suppliers, distributors and completed contracts having similar and/or related work. The following will be evaluated for Price Reasonableness: (a) Cost of materials and installations; (b) Length of Warranties and Guarantees; (c) Cost per year of the Monitoring Agreement and services included; and Cost per year of the Technical Service Agreement and services included. TECHNICAL PROPOSAL ? Criteria (01) ? Past Performance. How many years has the organization been performing the type of work specified in the contract? Provide the general background, experience and qualifications of the organization. Include a list of similar or related type projects awarded to the firm within the last three (3) years. Include the name of the customer, contact number, dollar amount, time of performance (length of contract, date started and date completed) and the name and telephone number of the contracting officer or procurement official. List any defaults or contract performance problems in the last five (5) years. Is the company capable of covering all financial obligations for the project, including employee payroll, prior to receipt of contract payment? Criteria (02) ? Project Personnel. List the names and responsibilities of the key personnel assigned to the project. List the professional licensure/certificates/memberships held by the organization or project staff and crew applicable to the work specified by the project. List the professional licensure/certificates/memberships held by the monitoring technical assistance staffs. Criteria (03) ? Work Schedule. List the proposed work schedule showing start/complete dates for individual portions of the work. The technical proposal must include information on how the project is to be organized, staffed and managed, indicated size of work crew(s) to be assigned to the project. Information should be provided which will demonstrate the Contractor?s understanding of the type of work being performed. Submit a work plan indicating how the job will be accomplished. The technical approach should contain as much detail as the Contractor considers necessary to fully explain the proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being performed. The technical proposal must include: quality control and supervision methods to assure specifications and production capabilities are met. In addition, the following shall be presented: 1. Product data sheets: manufacturer (number of years manufacturing products), model, series, style, textures, colors, features, etc.; 2. Product specifications: size, mounting requirements, UL listed, power requirements, communications requirements, compatibility for multiple system integration, and compatibility for upgrading; 3. Camera/Recorder/Monitor data and specifications: frame rate, camera TV lines, Lux Rating, connection data transfer rate, processor speed, automatic rewrite on DVR, DVR style and type, recorder style and type, pixel quality, definition of picture quality along distance from camera, field of vision, nighttime lighting considerations, number of cameras, styles/types of cameras and housings, mounting configurations; 4. Warranty and guarantee data to include all conditions and exemptions on products and installations and maintenance and service agreements. Data provided shall also include, but not be limited to: manufacturer and/or supplier warranty and/or guarantee information including length of warranty; initial start date, definitions of ?normal wear and tear?, and conditions under which warranty(ies)/guarantee(s) would be void prior to end of time period; 5. Products and materials supplied and shall be designed for longevity, resistant to inclement weather where applicable, durable, and certified, listed, classified, or rated for the use intended; 6. Construction and installation methods are industry acceptable, represent current technology, code compliant, will sustain daily, repetitious use; 7. Terms of monitoring agreement; and 8. Terms of technical service agreement. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, must be completed and included with offer. These clauses can be accessed through the website http://www.arnet.gov/far/. The following FAR clauses apply to this acquisition: 52.212-1, Instructions to Offerors?Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternative, 52.203-10 Price or Fee Adjustment for illegal or Improper Activity, 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, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program and 52.225-9 Buy American Act--Balance of Payments Program--Construction Materials. For a detailed copy of the specifications, for a copy of the drawings, or for information regarding this solicitation, contact Roberta Buskirk at 505-346-3808. Vendors wishing to respond to this solicitation should send their responses to Cibola National Forest, Attn: Roberta Buskirk, 2113 Osuna Road NE, Albuquerque, NM 87113; be sure to reference the solicitation number listed above. Offers must be in writing accompanied by the completed representations and certifications or they will be rejected. Facsimile and telegraphic offers will not be accepted. Offers are due no later than August 9, 2004 at 4:45 pm Local Time.
 
Place of Performance
Address: Sandia Ranger District, Cibola National Forest, Bernalillo County, New Mexico
Country: USA
 
Record
SN00629271-W 20040725/040723211745 (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.