SOLICITATION NOTICE
63 -- Lenel Security System Maintenance
- Notice Date
- 8/29/2008
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060408T0366
- Response Due
- 9/5/2008
- Archive Date
- 9/20/2008
- Point of Contact
- Cherissa Tamayori (808) 473-7514 Francine Matsuura(808) 473-7681
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for the acquisition of commercial supplies prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The solicitation number is N00604-08-T-0366. This solicitation is being issued as a Request for Quotations (RFQs), for an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for a period of twelve (12) months and incorporates provisio! ns and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080812. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 561621 and the Small Business Standard is $12.5 Million. The Regional Contracting Department, Pearl Harbor, Hawaii requests responses from a LENEL Certified, Value Added Reseller for the State of Hawaii to provide and install software upgrades on Pearl Harbor Naval Shipyard's server for its LENEL Fire & Security's OnGuard system, perform annual test & inspection and provide preventative maintenance, remedial and emergency repairs throughout the contract years IAW the attached Performance Work Statement. 1) ITEM 0001, Preventative MaintenanceFIRM FIXED PRICE PER QUARTERQuarterly preventative maintenance inspection for Government owned security alarm system consisting of components listed on equipment list provided, at Pearl Harbor Naval Shipyard & IMF IAW attached PWS. 2) ITEM 0002, Remedial RepairFIRM FIXED PRICE PER CALLEstimated 44 calls, 4 hours each call On-call unscheduled remedial maintenance service for Government owned security alarm system, consisting of components on equipment list provided, IAW attached PWS.Response Time: CONTRACTOR SHALL BE ONSITE WITHIN TWENTY FOUR (24) HOURS AFTER NOTIFICATION. 3) ITEM 0003, Emergency RepairFIRM FIXED PRICE PER CALL Estimated 11 calls, 4 hours each call On-call unscheduled emergency maintenance service for Government owned security alarm system, consisting of components on equipment list provided, IAW attached PWS. RESPONSE TIME: CONTRACTOR SHALL BE ONSITE WITHIN FOUR (4) HOURS AFTER NOTIFICATION. 4) ITEM 0004, Software Upgrade FIRM FIXED PRICE PER LOTSoftware upgrades, IAW attached PWS All management, labor, tools, materials, supplies, equipment, and transportation to install the current authorized upgrade for PHNSY & IMF server for its Lenel OnGuard System. 5) ITEM 0005, PartsRepair/replacement parts, as needed for remedial and emergency maintenance service for Government owned security alarm system. This CLIN will not be considered in the evaluation since the amount of the line item is determined by the Government. CLINs 0001 through 0004 shall be separately priced and then rolled up into a contract total. Please DO NOT provide a proposed cost for CLIN 0005. It is a reimbursable CLIN where the not to exceed price will be provided at award by the Government. Period of Performance (POP) is from date of contract award through twelve (12) months following date of award. Responsibility and Inspection: All material will be inspected and accepted at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; Far 52.219-6, Notice of Total Small Business Set-Aside, Far 52.222-3, Convict Labor, FAR 52.222-19, Child labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.232-33, Payment by Electron! ic Funds Transfer - Central Contractor Registration, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans, Veterans. Veterans of the Vietnam, Era and other Eligible Veterans, FAR 52.222-50, Combating Trafficking in Persons and FAR 52.247-64, Preference for Privately Owned U.S. - Flag Commercial Vessels. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. Failure to submit a completed copy of 52.212-3 and its ALT I will result in the offeror being INELIGIBLE FOR AWARD. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Exe! cutive Orders Applicable to Defense Acquisitions of Commercial Items including; FAR 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7023, Transportation of Supplies by Sea, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Trade Agreements, DFARS 252.243-7002; Requests for Equitable Adjustment; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.225-7020, Trade Agreements Certificates;DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.247-7022, Representation of Extent ! of Transportation by Sea; FAR 52.211-2, Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST); DFARS 252.211-7003 Item Identification and Valuation; SUP 5252.232-9402 Invoicing and Payment WAWF Instruction; 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-21 Requirements; 52.216-22 Indefinite Quantity; NPZ G1 Representative of the Contracting Officer; NPZ G3 Representative of the Contractor; NPZ H8 Appointment of Ordering Officers; NPZ H9 Minimum and Maximum Quantities; NPZ L003 Unit Prices, NPZ L331 Review of Agency Protests. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address, GSA contract number if applicable and Commercial and Government Entity (CAGE) code. This announcement will close at 10:00 AM (Hawaii Standard Time) on September 5, 2008. Offerors may submit their bids through NECO or by FAX: (808) 473-3524, or Email: cherissa.tamayori@navy.mil. Quotes over 10 pages in total number will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Contact Ms. Cherissa Tamayori, who can be reached at 808-473-7514 or email cherissa.tamayori@navy.mil, or Ms. Francine Matsuura who can be reached at 808-473-7681 or email francine.matsuura@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All questions/inquiries concerning this RFQ document must be submitted in writing. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, a determination of responsibility and technically acceptable low bids. The following factors and subfactors in descending order of importance shall be used to evaluate offers: (1) Technically acceptable: Each Offeror shall describe its technical capability relative to accomplishing this contract. Technical capability description shall address the following technical acceptability factors: (a) Lenel Certified, Value Added Reseller for the State of Hawaii, provide proof of certification (b) Ability to respond to scheduled maintenance, and on-call, unscheduled maintenance IAW the PWS (c) Two Lenel OnGuard, Silver Certified Technicians, provide proof of certifications (d) one Lenel OnGuard Master Level technician, provide proof of certification. (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. The government reserves the right to make a technical acceptability determination without discussions with the offeror. CLIN 0001, Preventative Maintenance shall be quoted in unit price per quarter. CLIN 0002, ! Remedial Maintenance pricing shall be quoted in unit price per call; total price shall be based on the estimated volume of 44 calls per year, 4 hours per call. CLIN 0003, Emergency Maintenance pricing shall be quoted in unit price per call; total price shall be based on the estimated volume of 11 calls per year, 4 hours per call. CLIN 0004, Software Upgrade shall be firm fixed priced per lot. In the event of an inconsistency between unit price(s) and extended price for any CLIN, unit prices will control. Each offeror shall provide with the quote, at least three references (government or commercial entities) and include only companies or agencies where the same or similar product was provided. The references shall include (1) company or agency name, address, telephone and fax numbers; (2) name and email address of point of contact able to verify the offerors performance history; (3) contract number, description of the product and quantity provided, unit price, the total ! contract amount and completion date. Past performance will not be used as an evaluation factor but will be used as part of a responsibility check.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6d54f87ed154a302bae4ff68ab065c34&tab=core&_cview=1)
- Record
- SN01655068-W 20080831/080829220321-85ae574af413612104eda68474171cb1 (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 |