Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2007 FBO #1979
SOLICITATION NOTICE

63 -- Fire Alarm Transceiver/Transmitter Replacement and Software Upgrade

Notice Date
4/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ07RALARM
 
Response Due
5/7/2007
 
Archive Date
7/6/2007
 
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. FAR Subpart 13.5, Test Program for Certain Commercial Items, is being used as authorized. Fort Carson FES has a requirement for fire alarm transceiver replacement and software upgrade. A firm-fixed price contract is contemplated for the replacement, programming, and testing of new fire alarm transceivers. All components must be compatible wi th the existing Monaco Enterprise D-21 system. The award is 100% set-aside for small business. All questions or clarifications must be submitted via email by 2 May 2007, 8:00 a.m. MDT to Charlene Maneafaiga at Charlene.Maneafaiga@us.army.mil. The offeror is responsible for insuring Government receip t of solicitation package, questions, and/or clarifications. It is also the responsibility of the offeror to check www.FedBizOpps.com for updates or amendments to this solicitation. Contact the POC listed to obtain the specifications required for this ac quisition. Scope: The contractor shall provide labor, equipment, tools, and any other items necessary for fire alarm transmitter replacement on Fort Carson facilities to meet FCC rules for removal of all wide band transceivers. Equipment must be 100% tested and com patible with existing Monaco Enterprise D-21 systems. Software update to add mass notification to the existing Monaco Enterprise D-21 system is required. See Attachment 1 for the specifications of the existing system. Specifications for transceiver replacement: 1) Remove existing Harlow transceiver and return to government 2) Install new narrowband BT-XF transceiver or equivalent 3) Install expansion backplane and fire zone cards to replace existing zones reporting (based on table below). See section C for the location by building number and zones required. 4) Program BT-XF transceiver or equivalent 5) Install antenna and coaxial cable. Trim antenna to appropriate length for 141.3625Mhz 6) Update database at D-21servers with new BTX information 7) Test to ensure BTXs are properly reporting to the D-21 8) Provide training to maintenance personnel 9) Below is the breakdown of number of BT-XF transceivers by zones affecting a total of 110 buildings. Complete with cabinets, antenna, cables and accessories. 10) Provide software upgrade to our existing D21-S1 and D21-S2 (redundant) Monaco alarm receiving equipment located in the communication center. This software upgrade will allow the mass notification to be activated with a prerecorded message to selected buildings. Software/system training by manufacturer certified technician(s) must be provided to the administrators and operators. 11) All required programming of the system shall be capable of being accomplished using a personal computer that runs a terminal emulation program that displays the program menu stored in non-volatile memory. 12) The communicator shall provide the ability to connect to a relay board providing eight relays that can be installed within the communicator enclosure. 13) The fire alarm communicator shall provide four onboard fire zone inputs and up to 56 expansion zone inputs for connection to fire alarm control panels. When more than four fire zone inputs are needed, they shall be provided through use of an expansion backplane and associated plug-in cards for ease of servicing. 14) A minimum of eight on-board relay drivers shall be provided. 15) The fire alarm communicator shall be a complete, supervised FM approved system that is compatible with the Monaco D-21 Fire Management, Force Protection, and Mass Notification receiving and reporting systems. The fire alarm communicator and the reporti ng and receiving system shall employ FSK radios as the primary method of communication directly to the central receiving system. 16) Communicator must communicate directly with the central D-21 using FSK protocol. B. Qualifications: The contract shall meet the following qualifications: 1) All parts and software must be 100 % compatible with the existing system. 2) All parts, software, and labor/work must be warrantied. 3) Fire transceiver installation must be provided by a National Institute for Certification of Engineering Technologies (NICET) certified person(s). 4) Software training must be provided by manufacturer certified technician(s). 5) Solicitation package (bid sheet, proposal of work plan and schedule, and written resume of experience with Monaco Enterprise D-21 systems) must be submitted by proposal due date. BASIS OF AWARD AND EVALUATION Award shall be made to the responsible offeror proposing the best value to the government. FAR Provision 52.212-2(a): The Government will award a contract resulting from this solicitation to the responsible offerer whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The fo llowing factors shall be used to evaluate offers: (i) Technical Capability. In order to be considered technically acceptable, the successful offeror must meet all qualifications listed in section B of this solicitation (page 3). (ii) Past performance. (iii) Price. Offerors may propose more than one product that will meet the requirement for this commercial item and each product will be evaluated as a separate offer. PROVISIONS AND CLAUSES The following clauses are included in this solicitation and/or will be included on the awarded contract: 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.217-8, 52.217-9, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222 -37, 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.232-33 or 52.232-36, 52.237-2, 52.252-2, 252.204-7004, 252.212-7001, 252.232-7003, 252.225-7001, 252.232-7007. Full text of the clauses can be viewed at http://farsite.hill.af.mil Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer , Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requir ing Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United St ates and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this r eporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months endin g September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for tran sferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. PAYMENT and INVOICES Please specify, on the bid sheet, how payment is to be made - either by electronic funds transfer via DFAS or Credit Card Payment (Visa). Invoices shall be submitted after services are rendered. Include any applicable payment discounts offered. Invoices will need to be prepared in accordance with FAR 52.212-4 (g). BID SHEET NOTE: A bid sheet using company paper will be accepted and must include: Payment Method: (Insert either DFAS or Credit Card), Payment Terms: (Insert payment terms i.e. Net 30 or 2% Discount, Net 30), Equipment Lead Time: (Insert equipment lead time - # of days), Installation Time: (Insert installation time - # of days), Training Length: (Insert installation length - # of days). CLIN's CLIN 0001 Service cost for transmitter replacement and software upgrade. CLIN 0002 Parts. CLIN 0003 Software Training. CLIN 0004 Contractor Manpower Reporting. SOLICITATION PACKAGE DUE DATE Bid sheet, work plan and schedule, and resume (see section B), are due no later than 8:00 a.m. MDT 7 May 2007. Solicitation package can be submitted via E-mail or Fax. Late bids will not be accepted. Submit all information to: Charlene Maneafaiga, Contract Specialist Phone 719.526.2156; Fax 719.526.5333; E-mail Charlene.Maneafaiga@us.army.mil
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01282129-W 20070428/070426223757 (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.