SOURCES SOUGHT
J -- Maintenance for Advantor Card Access System for HQ 754 ELSG
- Notice Date
- 12/10/2008
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XTNL8071A002
- Response Due
- 11/19/2008
- Archive Date
- 12/4/2008
- Point of Contact
- Susan L. Trombley,, Phone: 334-953-5861, Artis R. Clayton,, Phone: 334-953-3518
- E-Mail Address
-
susan.trombley@maxwell.af.mil, artis.clayton@maxwell.af.mil
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK 1. SCOPE: The work covered by these specifications consist of furnishing all plant, labor, material (parts based on reimbursable rate), tools, and equipment to perform all operations in connection with monitoring, inspection, maintenance, and call-back repair service of government owned card access systems at Gunter Annex, Maxwell Air Force Base, in Montgomery, AL. as described in these specifications. Prior to submission of an offer on this contract, the contractor shall visit the site for the purpose of determining exact requirements. Request contract for a base year, 01 January 2009 - 31 December 2009, and four option years. 2. EQUIPMENT LISTING: A listing of equipment to be inspected, maintained, repaired, and serviced under this contract is contained in Paragraph 7. Equipment not listed, but which is required to make the system function properly, shall also be maintained. This additional equipment should be verified during site visit prior to offer submission; e.g. associated wiring and sensors, etc. 2.1 Equipment and Devices: All equipment and devices utilized within this system shall be approved by Underwriters Laboratories (UL), National Fire Protection Agency (NFPA), AFI 31-401 (Managing the Information Security System) AETC SUP-1, MAX SUP-1, and when specified, shall be listed as approved equipment in the latest UL 1076 and/or DCID 1/21 document approved by the Director of Central Intelligence. 3. DESCRIPTION OF WORK: Work shall include the following: 3.1. Quarterly Maintenance & Inspection: Within ten (10) calendar days of start of contract and in accordance with manufacture’s recommendations, the contractor shall conduct a comprehensive operational test of all systems covered herein. At the same time, the contractor shall inspect all installed system components and perform all preventive and corrective maintenance & inspections required to keep the installed system operating condition. Within fourteen (14) workdays of completing maintenance & inspection, the contractor shall provide the Quality Assurance Inspector (QAI) with a neatly typed report of system conditions and work performed (see paragraph 7 for component listing). Report shall contain the following information: a.Detailed evaluation of system condition. b.Summary of work performed during Quarterly Maintenance and Inspections. c.Recommendations to improve system reliability. 3.2 Scheduling of Work: Prior to performing scheduled inspections & maintenance, the contractor shall notify and coordinate in writing and verbally at least 5 working days in advance with: CIVIL ENGINEERING DIVISION HQ 754th ELSG/ILI 490 EAST MOORE DRIVE GUNTER ANNEX, MAXWELL AFB 36114 The government must pre-approve dates prior to going on-site to perform any work during normal duty hours (0730-1630 Monday thru Friday) and, the contractor shall sign in with Civil Engineering Section, HQ 754th ELSG/ILI, Building 892 at Gunter Annex, MAFB, AL. 4. CALLBACK SERVICE: Callback service is defined as additional visits and services requested at any time other than regularly schedule visits. 4.1. Systems: In the event of system failure, the contractor shall respond to begin on site repairs no later than five (5) hours after receiving the repair call from personnel listed below in paragraph 4.3. The Contracting Officer (CO) or QAI must approve all repairs exceeding a total of four (4) hours from the arrival on sight. 4.2. Callbacks: Callback reports/service tickets shall include the trouble condition and its resolution for the buildings, problems, and repairs made on callback service. These reports/service tickets shall be turned into the QAI at Civil Engineering Division, HQ 754th ELSG/ILI, prior to leaving the base after completion of repairs. 4.3. Authorized Personnel: Upon award of this contract, the contractor will receive from the contracting office a listing of persons holding positions who will be authorized to make callback service calls. The contractor shall notify one of the authorized government representatives by telephone prior to beginning work and upon completion of the callbacks. Phone numbers will be provided for regular work hours and after duty hours. 4.4. Employees Listing: The contractor shall maintain a current listing of employees. The list shall include employee’s name and social security number. The list shall be validated and signed by the company Facility Security Officer (FSO) and provided to the government CO and 42 SPS/SPAI, 130 West Selfridge, Maxwell AFB, AL 36112-6610, prior to the contract start date. An update listing shall be provided when an employee’s status or information changes. The Privacy Act will protect the social security numbers. 5. CONTRACTOR QUALIFICATIONS: The contractor/personnel performing work under this contract shall maintain a current workforce certified on Advantor systems and highly experienced in the inspection, maintenance, and repair of equipment listed in Paragraphs 7. The contractor shall submit a listing of personnel to perform the work with qualifications and certifications to the CO prior to start of contract. 6. CONTRACTOR RESPONSIBILITIES: The contractor shall maintain a sufficient stock and have a means to expedite any and all parts necessary for the equipment listed in paragraphs 7, in order to meet the requirements stated in paragraphs 3 and 4. The contractor shall provide all necessary parts to accomplish maintenance and shall proceed with repairs requiring parts, ONLY AFTER RECEIVING APPROVAL TO DO SO from persons stated in paragraph 4.3. The service representative shall then prepare a service ticket itemizing all costs, including parts and labor used. The contractor shall be reimbursed for labor expanded for Callback service at the contract hourly rate. The contractor shall be reimbursed for all parts including direct costs and transportation and shall provide proof of those costs. The contractor shall insure such parts are furnished at a fair and reasonable price, which is no higher that that charged to any other customer. Upon request, the contractor shall provide certified copies from three suppliers validating cost of a specified item showing manufactures suggest retail price. Immediately, after maintenance or repair is preformed the contractor’s service representative shall turn over all removed defective parts and a copy of the service ticket to approving personnel stated in paragraph 4.3. Travel time shall be billed separate from regular work hours. a. The contractor shall be responsible for obtaining any manuals necessary to provide the services in this contract. b. The contractor shall use all practical means to ensure the systems are down only for minimal time. Employee vacation, sickness, or lack of availability of parts is not accepted as an excuse for having the system down for periods of 8 hours or more. 7. GOVERNMENT OWNED EQUIPMENT, GUNTER ANNEX: The following is a list of government owned card access system components and related equipment at Gunter Annex, Maxwell AFB, to be maintained under this contract. Equipment not listed, but which is required to make the system function properly, shall also be maintained. This additional equipment should be verified during site visit prior to offer submission; e.g. associated wiring and sensors, etc. At Gunter Annex, the Card Access System is ADVANTOR. 7.1 BLDG. 892 PC with Advantage Pass & ID Software PC with Advantage Access Software BCR MV34ED 33.6 External Modem Video Image Capture Card/CamCorder Penware Signature Pad Card Punch with Guide DataCard ImageCard III PVC Printer OKIPAGE6E Laser Printer 17” SVGA Monitor APC SU2200XLNET 2.2 KVA UPS SU48XLBP Battery Pack 7.1 BLDG. 892 (Cont.) SMC Top Mount 82G12 Maglock HID Proximity Reader with Keypad ACCESS 4C-A KIT Access Module A Communicator Exit Button Horton Automatic Door Opener 7.2 BLDG. 888 ACCESS 4-CA KIT access Module A Communicator HID Proximity Reader with Keypad SMC Top Mount 8G12 Maglock Exit Buttons Horton Automatic Door Opener 7.3 BLDG. 856 ACCESS 4-CA KIT access Module A Communicator ACCESS 4-A KIT Access Module A Slave SMC Top Mount 8G12 Maglock HID Proximity Reader with Keypad Automatic Door Openers Exit Buttons 7.4 BLDG. 889 ACCESS 4-CA KIT access Module A Communicator ACCESS 4-A KIT Access Module A Slave HID Proximity Reader with Keypad SMC Top Mount 8G12 Maglock Exit Buttons 7.5 BLDG. 884 ACCESS 4-CA KIT access Module A Communicator HID Proximity Reader with Keypad SMC Top Mount 8G12 Maglock Exit Buttons Horton Automatic Door Openers 8. HOURS OF OPERATION: Work shall be performed during the normal work week, 0730 to 1600 Monday through Friday, with the exception of call-back services. Callback services shall be performed at any hour of the day or night 7 days a week including holidays. 9. PRINCIPLE PERIOD OF USE (PPU): The PPU for all components of the card access systems shall be 24 hours a day, seven days a week. 10. RECOGNIZED HOLIDAYS: The contractor shall not schedule inspections & maintenance on the following federal holidays. New Years Day Martin Luther King Jr’s Birthday Washington’s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Contractor shall still be required to perform callback service on these dates. 11. PERSONNEL: Contractor personnel shall present a neat appearance and be easily recognized while on base. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges, which contain the company name and employee name. The contractor shall be responsible for acquiring an appropriate number of badges to meet his/her needs at the contractor’s expense. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create conflict of interest, nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DOD 5500.7-R Joint Ethics Regulation (JER) dated 30 August 1993. The contractor is cautioned that off-duty military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absences of these personnel could adversely affect the contractor’s ability to perform. Their absence at any time shall NOT constitute an excuse for non-performance under this contract. 11.1. Conduct of employees: The contractor is fully responsible for the performance and conduct of his/her employees at all times while performing under this contract. The contractor shall NOT allow any employee to perform work under this contract while under the influence of alcohol, drugs, or any other incapacitating agent. Security Police and other law enforcement personnel on base have the right to deny entry to the base or remove from the base any contractor employee for misconduct that endangers the health and/or safety of people or property or for reason of security. 11.2. Reporting Requirements: The contractor shall comply with AFI 71-101V1, “Counterintelligence Awareness and Briefing Program” requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware that may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Their immediate supervisor upon initial on-base assignment shall brief contractor employees. 11.3. Weapons, Firearms, and Ammunition: Contractor employees are prohibited from possessing weapons, firearms, or ammunition on themselves or within their contract-owned vehicle or privately owned vehicle while on Maxwell AFB or Gunter Annex. 11.4. Safety Issues: The contractor shall be responsible for providing and placing all barricades, lighting, tags and safety devices during any of his/her activities and the contractor shall comply with all Occupational Safety and Health Standards (OSHA). 12. CONSERVATION OF UTILITIES: The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities. 13. GROUND FAULT CIRCUIT INTERRUPTERS: Whenever the contractor uses portable electrical tools or equipment in an outside location where the operator will be in contact with a grounded surface, or in an interior wet location where the floor is conductive such as concrete, the contractor shall provide and use a portable ground fault circuit interrupter (GFCI). This shall apply wherever power is supplied through government-owned facilities. The contractor shall be responsible for maintaining the GFCI in operating condition and testing it before each use. 14. NOT USED 15. SECURITY REOUIREMENTS FOR UNCLASSIFIED CONTRACTS 15.1. Contractor/Notification Responsibilities The contractor shall notify the Servicing Security Forces Organization (SSFO) at each operating location 30 days before on base performance of the contract. The notification shall include: a. Name, address, and telephone number of company representatives. b. The contract number and contracting agency. c. The reason for the contract (i.e., work to be performed). d. The location(s) of contract performance and future performance, if known. e. The date contract performance begins. f. Any change to information previously provided under this paragraph. 15.2. Pass and Identification Items The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles: a. DD Form 1172, Application for Uniformed Services Identification Card (AFI-36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). b. AETC Form 58, Civilian Identification Card (AETCI 36-3001). c. AF Form 2219 (series), Registered Vehicle Expiration Tab (AFI 31-204, Air Force Motor Vehicle Traffic Supervision). d. DD Form 2220, DOD Registered Vehicle and Installation Tab (AFI 31-204). e. AF Form 1199, USAF Restricted Area Badge, or locally developed badge. f. AF Form 75, Visitor/Vehicle Pass (AFI 31-204). 15.3. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle decals from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement. 15.4. Updated listings shall be provided when an employee's status or information changes. 15.5. Freedom Of Information Act Program (FOU) The contractor shall comply with AFI 37-131, Freedom of Information Act Program (FOIA), requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use only (FOUO) material. 15.6. Physical Security. Areas controlled by contractor employees shall comply with Base Operations Plans/instructions for THREATCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 15.7. Entry Procedures to Controlled/Restricted Areas The contractor shall implement local base procedures for entry to Air Force controlled/restricted areas where contractor personnel will work. 15.8. Traffic Laws. The contractor and its employees shall comply with base traffic laws. GLOSSARY OF ABBREVATIONS, ACRONYMS, AND TERMS Abbreviations and Acronyms UL - Underwriters Laboratories AFB - Air Force Base AL - Alabama NFPA – National Fire Protection Agency AFI – Air Force Instruction MAX – Maxwell SUP – Supplement DCID – Director of Central Intelligence Department AETC – Air Education Training Command QAI – Quality Assurance Inspector CE – Civil Engineer CES – Civil Engineer Squadron FSO – Facility Security Officer SPS – Security Police Squadron LCD – Liquid Coded Display C.P. - Command Post BMS – Balanced Magnetic Switch AVR – Advantor Version COMSEC – Communications Security ID – Identification PPU – Principle Period of Use DOD – Department of Defense PCS – Permanent Change of Station JER – Joint Ethics Regulation GFCI – Ground Fault Circuit Interupter OSHA – Occupational Safety and health Standards SPP – Standard Practice Procedure VGSA – Visitor Group Security Agreement SSFO – Servicing Security Forces Organization NAC – National Agency Check COMPUSEC – Computer Security Program EMSEC – Emission Security Program OPEC – Operations Security Instructions FOIA – Freedom of Information Act Program SATE – Information Protection Security Awareness, Training, and Education Program FOUO – For Official Use Only RAMS – Random Antiterrorism Measures OI – Operating Instructions OPLAN – Operations Plan NISPOMJ – National Industrial Security Program Operating Manual ISMJ – Industrial Security Manual FAC – Functional Area Chief SSR – Secure Storage Rooms AT – Antiterrorism Program
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc2362be31ce011269421f14e07aa329&tab=core&_cview=1)
- Place of Performance
- Address: CIVIL ENGINEERING DIVISION, HQ 754th ELSG/ILI, 490 EAST MOORE DRIVE, GUNTER ANNEX, MAXWELL AFB, Montgomery, Alabama, 36114, United States
- Zip Code: 36114
- Zip Code: 36114
- Record
- SN01716905-W 20081212/081210220951-dc2362be31ce011269421f14e07aa329 (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 |