Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

M -- Security Surveillance Equipment - Preventive Maintenance, Repair, and Installation

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43 MSC 5711, Bethesda, MD, 20892-5738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFP-07-CQ-1003A
 
Response Due
2/12/2007
 
Archive Date
2/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a total 100% small business set-a-side. This announcement constitutes the only solicitation and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-14 are incorporated. The National Institute Environmental Health Sciences (NIEHS) Campus located within the Research Triangle Park (RTP), Durham, North Carolina, has a need for a contractor to perform preventive and emergency maintenance, repair, inspection, installation, and relocation of Security Surveillance Equipment and supply, place, and remove covert equipment as required. STATEMENT OF WORK Independently, and not as an agent of the Government, the Contractor shall furnish all necessary services and qualified technical personnel, not otherwise provided by the Government. The Contractor shall provide complete mechanical and electrical preventive maintenance, emergency maintenance response including necessary repair service, inspections, relocations, and installations, including covert equipment, shall be provided by the Contractor for Government-owned Security Surveillance Equipment consistent with commercial industry standards. The Contractor shall provide emergency maintenance and repair service as required and preventive maintenance for all designated Government-owned Security Surveillance equipment and consistent with the Government Performance Standards. The contractor shall furnish all necessary tools and test equipment to pursue the fulfillment of work performed under the preventive maintenance and repair of Security Surveillance equipment. The Government is continually enhancing the security surveillance equipment on the NIEHS campus as funds become available. The scope includes the installation of the latest type of cameras inside and outside of buildings, move and install poles as directed by the Project Officer. The surveillance equipment to be covered by this Contract has been under continuous maintenance following the expiration of the respective warranties. The equipment has been operable for a number of years and requires continuous maintenance and repairs. The enhancement of the equipment will include equipment replacement as part of the Institute's security upgrade. As each task is completed the Contract will be modified and the maintenance added. A preventive maintenance schedule will be added for any additional cameras or equipment that requires maintenance biannually. The scope includes the contractor to provide, install, monitor, and remove covert type surveillance equipment at times when the Government has the necessity to prevent theft, possible threats, or destruction of Government property. The Contractor shall provide the latest type of covert surveillance equipment. The Contractor shall be able to install this type of equipment within four hours of notice. The Contractor and the Contracting Officer will agree upon a one time price prior to installation. Once the covert type surveillance equipment is installed the Security Contractor or the Government will monitor the equipment. When this covert task is over the Contractor will be asked to remove the surveillance equipment. All outside pole cameras are located on 30' aluminum poles; these poles will not support the weight of an extension ladder and a person. The contractor will need a mechanical type lift or a boom truck in order to work these outside cameras including for emergency repairs in the time requirements of the Contract. Security Surveillance Camera Equipment. The Institute is monitored by 41 surveillance cameras, 26 inside cameras and 15 outside cameras that operate 24hrs daily. We have 4 main monitors with 17 inch color monitor screens located at the security operational center at building 101. We will be adding 2 new inside cameras in the new computer center located at building 104 that will bring our total camera count to 43. NIEHS recently installed 15 new Spectra III Series Dome System monitors, all exterior cameras on 10/17/2006. These cameras include a 1 year warranty on parts and labor from that date. Lighting and acts of God are excluded from coverage. All exterior cameras are under warranty until 10/17/2007. Monitors -- (3 each Bosch monitors with 17 inch color monitor screens, 1 Phillips monitor with 17 inch black and white screen). These monitors provide visual coverage for the 41 cameras. Located at the Security Operational Center within Bldg 101. The monitors retain no warranty. Exterior Cameras (15 each newly installed Pelco Spectra III Series Dome System Cameras, 11 each camera are mounted on 30 foot poles, 4 each cameras are mounted on the side of building. Located at the parking lot and on the side of Bldg 101. The model number for these cameras is Model SD53TC-PG-EO. All exterior cameras are under warranty until 10/17/2007 Interior Cameras - 26 Total (10 each Burle surveillance cameras, 6 each Phillips surveillance cameras, 4 each Honeywell surveillance cameras, 4 each JVC surveillance cameras, 2 each Pelco surveillance cameras). Located within Bldg 101. The cameras retain no warranty. PERIOD OF PERFORMANCE: This contract is for one base-year period with four (4) option years. The period of performance for the Base Year will be from Date of Award through one (1) year. The period of performance for the option years will be Date of Modification to exercise through one (1) year. Contract Type: Firm-Fixed Price Monthly Fee with cost reimbursement of parts plus a handling fee if applicable. Section B Price and Cost Schedule. CLIN 0001 Monthly Firm-Fixed-Price Labor $____________ Base Period - Mechanical and electrical preventive maintenance, emergency maintenance response including necessary repair service, inspections, relocations, and installations, including covert equipment, shall be provided by the Contractor for Government-owned Security Surveillance Equipment 0002 Cost Reimbursable ODCs Parts Not-To-Exceed $10,000.00 Option year prices same as above shall be included for Years 1-4. EMPLOYEES: The contractor shall ensure all employees working on the NIEHS Campus possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: (http://www.dol.gov/compliance/guide/aw.htm#whowhich). Additionally, Contractor employees will follow all NIEHS regulations - submission of contractor employees names and work schedule to the Government project officer to be submitted to the NIEHS Security office and to the main entrance gate guards (the Government project officer should be contacted of any changes of this information before the arrival of the contractor employees), possession of pictured identification such as a valid state drivers license or other valid identification card for each employee for review at the main entrance gate (vehicles may be searched going in and out of the Institute by the NIEHS security), each employee shall obtain a pictured contractors badge at the NIEHS security office between 8:00 AM and 4:00 PM - Monday - Friday, parking in service parking spaces (limited to two per contractor) during regular working hours with a NIEHS parking permit (available at the main security office to be issued for each month) or the Contractors company logo on the sides of the vehicle (after-hour parking at the loading docks may be available if extensive material unloading and frequent trips to the vehicle are required with approval of Government project officer and notification of NIEHS security); employee personal vehicles may be parked in the NIEHS main parking lot located above South Campus building 101 when issued a temporary parking pass; smoking in permitted areas only; and no firearms, explosives, pets/animals, or illegal drugs are allowed. The Government project officer will be available supply any information to the contractor concerning Institute regulations. TECHNICAL EVALUATION CRITERIA 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. Technical Approach and Past Performance together are considered more important than price The following factors shall be used to evaluate offers: Technical Approach: The demonstrated technical approach will be evaluated. Specifically, offerors must address the following that are of equal importance: Furnish all necessary tools and test equipment to pursue the fulfillment of work performed. Preventive maintenance schedule. Complete mechanical and electrical preventive maintenance, emergency maintenance response including necessary repair service, inspections, relocations, and installations. Provide, install, monitor, and remove covert type surveillance equipment with the latest type of covert surveillance equipment Emergency maintenance and repair. Installation of the latest type of cameras inside and outside of buildings including moving and installing camera poles. The availability of a mechanical type lift or a boom truck in order to work on outside cameras. Qualifications of Personnel: The offeror must describe specific, relevant experience and availability of personnel in providing services similar in scope. Offerors will be evaluated on the personnel who will perform, their ability to meet NIEHS Campus Security Requirements, including proper documentation. Offerors will also be evaluated on their personnels training, expertise, experience, and availability of personnel to perform services for this requirement. This criterion includes any proposed subcontractors or consultants. Past Performance: Demonstrated successful past performance of the offeror and any major subcontractors during the past three years for work of similar scale and within similar time and cost estimates. Submit Past Performance references including work history of projects of similar size. Evaluation of the offerors past performance will be completed to determine how well the offeror has performed work of similar size and complexity to the procurement under consideration, the relevance of each past performance evaluation to the Statement of Work and customer satisfaction. The Government may contact references other than those identified by the offeror and the information received may be used in the evaluation of the offerors past performance. Price Evaluation: Evaluation under this factor will include an assessment of offered prices for reasonableness. Price reasonableness determination will be made on all line items. 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). 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). PROPOSAL INSTRUCTIONS AND FORMAT: Failure to address the requirement in the solicitation may result in an unacceptable proposal. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), Notice to the Government of Labor Disputes, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.232-18 Availability of Funds, FAR 52.247-34 F.O.B. Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.252-2 Clauses Incorporated by Reference (located at http://www.acquisition.gov/far/ ). The following are also applicable to this solicitation: Companies shall also comply with PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. Site Visit: January 18, 2007 at 10:00 a.m. EST. No other site visit shall be granted. No more than 2 individuals per company. Send name, company, title, and contract information to Mr. James Everett via email everett2@mail.nih.gov within 24 hours of site visit. All attendees shall have a valid Picture ID Card, check-in with security at the gate located at 111 T. W. Alexander Dr, Research Triangle Park, Durham, NC 27709, and proceed to the security reception desk in the lobby of NIEHS-Campus, Bldg 101 for assembly and further directions. All questions shall be addressed Kyle A. Turner by email only, NLT 3:00 P.M. EST on January 18, 2007. Proposals shall be submitted by email only to Kyle A. Turner at: turnerky@mail.nih.gov Proposals are due by 3:00 p.m. EST on February 12, 2007. Only emails - No phone calls will be accepted.
 
Place of Performance
Address: 111 T. W. Alexander Dr Research Triangle Park, NC
Zip Code: 27709
Country: UNITED STATES
 
Record
SN01210931-W 20070114/070114185900 (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.