SOLICITATION NOTICE
63 -- SOLE SOURCE procurement of a commercial security and surveillance system upgrade, including installation.
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018909TN179
- Response Due
- 9/16/2009
- Archive Date
- 10/1/2009
- Point of Contact
- Joseph Schwarz 757-396-8360 Nancy Hayden757-396-8346Nancy.Hayden@navy.mil
- E-Mail Address
-
Joseph Schwarz
(joseph.schwarz@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for the SOLE SOURCE procurement of a commercial security and surveillance system upgrade, including installation, prepared in accordance with the information in FAR Subpart 12.6, under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. Vindicator Security Solutions (5307 Industrial Oaks Blvd, Ste 130, Austin, TX 78735) is the original installer of the system and has been providing all service since the installation. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice solely within the discretion of the Government. 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 (https://www.neco.navy.mil). The RFQ number is N00189-09-T-N179. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and class deviation DFAR Change Notice 2009-0729. 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/dfars/html/current/252201.htm. The NAICS code is 561621 and the Small Business Standard is $12.5M. The FISC Norfolk, NNSY Maritime Industrial Division, Contracting Department proposes to contract for: CLIN 0001 Procure and Install equipment as stated in the Statement of Work. List of components is identified in the statement of work below. STATEMENT OF WORK 1.Background1.1.VINDICATOR Security Systems is the manufacturer of IDS currently employed for Dry Dock operations. 1.2.The currently employed System is in need of an immediate upgrade. 2.Scope2.1.Contract/materials are for the immediate upgrade of the VINDICATOR Security Systems (IDS) located in Norfolk Naval Shipyard (NNSY).2.2.Contractor shall provide a complete System upgrade & shall provide equipment & services except as noted. The services include Engineering Survey, CAD Drawings, & Engineering Services.2.3.Contractor shall backup existing Vindicator IDS configuration.2.4.Contractor shall load/program new Vindicator VCC System Server front end.2.5.Contractor shall Remove & Replace existing Vindicator head-in equipment with new upgrade equipment.2.6.Contractor shall provide technical assistance for up to five(5) calendar days for two(2) personnel in verifying proper system operation. 5.Equipment3.1.VCC Bundle-On Workstation2ea3.2.Touch Screen, 17"2ea3.3.Plasma Display, 50"1ea3.4.VF-1300 Transceiver8ea3.5.UHS-6842 Sensor14ea3.6.TDEA Option (Triple DES)14ea3.7.Enclosures2ea3.8.Power Supply, 12VDC18ea3.9.Battery, BAT-12170 12VDC18ea 7.Requirements4.1.Contractor shall provide proper personnel, equipment, tools, & materials. Contractor personnel shall possess current certifications & be qualified to perform troubleshooting, repair, testing, diagnostics, & proprietary programming of VINDICATOR-based equipment. 4.2.Contractor must meet established escorted installation entry requirements.4.3.Contractor shall be certified to install & maintain the various components associated with the VINDICATOR Security System currently in-use by NNSY.4.4.All details of workmanship shall be in accordance with the highest standards & practices for electrical/electronic maintenance/installation. All work shall conform to the latest issue of the National Electric Code.4.5.All work shall be performed in accordance with the manufacturer's specifications & to the satisfaction of NNSY's representative(s).4.6.Contractor shall perform additional work as directed by the NNSY representative (e.g. minor repairs &/or modifications associated with the VINDICATOR IDS).4.7.Contractor shall provide technical support for their on-site personnel.4.8.Contractor shall inspect entire VINDICATOR Security System & shall recommend items for a Service Contract &/or upgrade(s). 5.Deliverables or Delivery Schedule5.1.Work is scheduled to start on or before 25 September 2009. 6.Government-Furnished Equipment and Government-Furnished Information6.1.Communications Infrastructure6.2.Power, 120VAC6.3.Existing conduits, electrical enclosures, sensors, etc. to be employed.6.4.Government personnel with assist with installation within non-accessible areas. 7.Place of Performance7.1.Work to be performed (with escort) at Norfolk Naval Shipyard Bldg. 276, Bldg. 19, Bldg. 1539 & associated wings. 8.Period of Performance8.1.Work is typically 0730-1600 M-F. This work may involve afterhours including weekends. Services to be performed at various locations at the Norfolk Naval Shipyard, Portsmouth, VA 23709, as defined in the PWS The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items ALT I; 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. 52.219-28, Post Award Small Business Program Rerepresentation (June 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order; 52.222-41 Service Contract Act of 1965 (Nov 2007)(U.S.C. 351, et seq). 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 Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests. Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:.The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard..If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database..In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material..If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a point of contact, name, phone number and email address and business size. Payment terms: Net 30 days. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 12:30 pm ET local time on 16 SEPTEMBER 2009. Oral communications are not acceptable in response to this notice. EMAIL quotes to: JOSEPH.SCHWARZ@navy.mil, Nancy.Hayden@navy.mil or fax to: 757-396-8368. TELEPHONE REQUESTS WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/91b35715670675867adbf6335e4a2cac)
- Place of Performance
- Address: Norfolk Naval ShipyardBldg. 276, Bldg. 19, Bldg. 1539 & associated wings, Portsmouth, VA
- Zip Code: 23709
- Zip Code: 23709
- Record
- SN01947940-W 20090911/090910001900-91b35715670675867adbf6335e4a2cac (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 |