Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
MODIFICATION

J -- Maintenance for CCTV & Keyless Entry System

Notice Date
10/22/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Directorate of Contracting, Attn: SFCA-NR-WP-CSDIV, West Point, NY 10996
 
ZIP Code
10996
 
Solicitation Number
W801KG91807901
 
Response Due
10/26/2009
 
Archive Date
4/24/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number W801KG91807901. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 167062_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-10-26 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be West Point, NY 10996 The USA ACA United States Military Academy requires the following items, Meet or Exceed, to the following: LI 001, BASE YEAR MAINTENANCE FOR CCTV SYSTEM.Base Year Service & Maintenance for CCTV System at the Keller Army Community Hospital, West Point, NY. (Base Year is 1 Nov 2009 thru 30 Sep 2010) (Note: The Base Year is an 11 month period to be quoted per quarter.) See STATEMENT OF WORK for additional information., 4, Quarters; LI 002, BASE YEAR MAINTENANCE FOR KEYLESS ENTRY SYSTEM.Base Year Service & Maintenance for Keyless Entry System at the Keller Army Community Hospital, West Point, NY. (Base Year is 1 Nov 2009 thru 30 Sep 2010) (Note: The Base Year is an 11 month period to be quoted per quarter.) See STATEMENT OF WORK for additional information., 4, Quarters; LI 003, Contractor Manpower Reporting for the Base Year.See: Paragraph titled: CONTRACTOR MANPOWER REPORTINGFSC: J063Unit Identification Code (UIC): W2H8AA, 1, EA; LI 004, 1st OPTION YEAR MAINTENANCE FOR CCTV SYSTEM.1st Option Year Service & Maintenance for CCTV System at the Keller Army Community Hospital, West Point, NY. (1st Option Year is 1 Oct 2010 thru 30 Sep 2011) (Note: The 1st Option Year is a 12 month period to be quoted per quarter.) See STATEMENT OF WORK for additional information., 4, Quarters; LI 005, 1ST OPTION YEAR SERVICE & MAINTENANCE FOR KEYLESS ENTRY SYSTEM.1st Option Year Service & Maintenance for Keyless Entry System at the Keller Army Community Hospital, West Point, NY. (1st Option Year is 1 Oct 2010 thru 30 Sep 2011) (Note: The 1st Option Year is a 12 month period to be quoted per quarter.) See STATEMENT OF WORK for additional information., 4, Quarters; LI 006, Contractor Manpower Reporting for the 1st Option Year.See: Paragraph titled: CONTRACTOR MANPOWER REPORTINGFSC: J063Unit Identification Code (UIC): W2H8AA, 1, EA; LI 007, 2nd OPTION YEAR SERVICE & MAINTENANCE FOR CCTV SYSTEM.2nd Option Year Service & Maintenance for CCTV System at the Keller Army Community Hospital, West Point, NY. (2nd Option Year is 1 Oct 2011 thru 30 Sep 2012) (Note: The 2nd Option Year is a 12 month period to be quoted per quarter.) See STATEMENT OF WORK for additional information., 4, Quarters; LI 008, 2nd OPTION YEAR SERVICE & MAINTENANCE FOR KEYLESS ENTRY SYSTEM.2nd Option Year Service & Maintenance for Keyless Entry System at the Keller Army Community Hospital, West Point, NY. (2nd Option Year is 1 Oct 2011 thru 30 Sep 2012) (Note: The 2nd Option Year is a 12 month period to be quoted per quarter.) See STATEMENT OF WORK for additional information., 4, Quarters; LI 009, Contractor Manpower Reporting for the 1st Option Year.See: Paragraph titled: CONTRACTOR MANPOWER REPORTINGFSC: J063Unit Identification Code (UIC): W2H8AA, 1, EA; For this solicitation, USA ACA United States Military Academy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA United States Military Academy is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This Amendment is issued to provide some clarifications on the requirement based on discussions at the Site Visit.1 - RESPONSE TIME: The normal duty hours at the facility are 8:00 AM to 5:00 PM. The contractor will be required to respond within 8 normal duty hours. However, there are two areas which will require a 4 hour response time. These two areas are the Pharmacy and the Maternity Ward.2 - CAMERAS: The Statement of Work identified that there are 33 CCTV cameras. All cameras are Fixed (no PPZ).3 - The Statement of Work identified that there are 60 keyless entry panels. Of these panels, there is a maximum of 8 which have the additional keypay feature for entering a PIN number. The balance are standard panels which only require the card to be swiped.4 - The maintenance is to include any and all repair/replacement parts to include cameras etc. Any new replacement items shall be provided with standard 1 year warranty. STATEMENT OF WORK FOR MAINTENANCE OF CCTV AND KEYLESS ENTRY SYSTEMS IN KELLER ARMY COMMUNITY HOSPITAL 1BACKGROUND AND SCOPE 1.1Background: In November 2003 Keller Army Community Hospital (KACH) purchased and had installed by ADT a CCTV and keyless entry system. ADT had a maintenance contract since the time of installation until end of 2007. Since then service calls have been paid on a per request basis. The system is comprised of 33 CCTV cameras, 3 monitors and 60 doors that are on the keyless entry system. Any new contractor must have a thorough knowledge of CCTV and keyless entry systems, intimate knowledge of GE SecurePerfect (keyless entry system) and Wavereader (surveillance system) software, be able to provide Keller representatives of printed schematic diagrams and accounting of all card readers, cameras and associations with corresponding microprocessor units, be available to maintain and repair the system and have the capability of adding additional CCTV and peripheral devices and/or components as requested or required. 1.2Scope: 1.2.1The contractor shall furnish all personnel, equipment and supplies required for the maintenance or repair of the systems. Repairs must be made within 24 hours upon request with availability during off-hours, weekends and holidays. 2Service Contract 2.1.1A service contract will be provided on an annual basis and will provide for service calls for any non-functioning cameras or doors that are on the keyless entry system. Service calls must be completed within 24 hours from the time of notification, or as requested beyond 24 hours. Service request calls will only be made by the KACH Security section, or the KACH Facilities Maintenance Branch. 2.1.2This service contract will cover servicing and maintenance of 33 cameras. Of these cameras, four cameras are in Bldg 813. This service contract will also cover servicing and maintenance of 3 monitors. One monitor is in the Security Office of KACH, one at the front desk for use by the Administrative Office of the Day, and one monitor on the Obstetrical Unit. Servicing and maintenance will also include Digital Video Recorders (DVRs) located in the Security Office (Rm 1E26) and the Logistics Warehouse (Bldg 813). The service will consist of regularly scheduled preventive maintenance (not to exceed once every 6 months) on all cameras and equipment (monitors and DVRs). Also included will be 60 doors that are in the keyless entry system. This consists of two mag lock doors and 58 doors with Von Duprin electric strike latches, nine control panels with lock power and micro power boxes. Panels and boxes are comprised of components by Securitron, Altronix and Casi-Rusco. 3. The contract period will be for one Base Year (1 Nov 2009 30 Sep 2010) with two Option Years (1 Oct 2010 30 Sep 2011 and 1 Oct 2011 30 Sep 2012). Contractors to provide quote based on 4 quarters per year. Unit price would be per Quarter. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Base Year period of performance will be 1 Nov 2009 thru 30 Sep 2010.1st Option Year period of performance will be 1 Oct 2010 thru 30 Sep 2011.2nd Option Year period of performance will be 1 Oct 2011 thru 30 Sep 2012. The Contractor Manpower Reporting Application (CMRA) is a business process that has been approved by the Secretary of the Army as the means for collecting information on contracts that provide services to the Department of the Army. An updated CMRA business process, Version 3.0, has been implemented starting with the reporting of Fiscal Year 2006 information. The contractor is required to completely fill in all required contractor information directly to the CMRA website: https://cmra.army.mil Although the contractor is required to complete this information, as a courtesy, USMA will pre-populate the database, to include an estimate for contractor manpower. We strongly encourage you to visit the website and review our estimate and revise, if necessary. The information to be collected includes, by contract, delivery order/task order number, the funding source and related financial data, organization receiving the services, mission/function performed, and labor hours and costs by Government Fiscal Year (1 October through 30 September)CMRA will enable the Army to (i) fully understand the composition of the Army workforce - military, civilian, and contractor, and allow for more informed workforce staffing and funding decisions; (ii) provide better oversight of our workforce, avoid duplication of effort, or shifting of in-house reductions to contract; and (iii) better account for and explain our total Army workforce. Data must be entered into the CMRA Application at any time during the contracts period of performance (POP). Data must be accurate and complete, and entered into the CMRA by Government Fiscal Year (FY), 1 October through 30 September, for each FY that falls within the POP. For delivery order/task order type contracts, each separate delivery/task order is recorded. Information must be entered into CMRA NLT than 31 October of each fiscal year being serviced in the contract. The actual information to be entered by Contractors is as follows: 1.Contract Number 2.Delivery Order Number (If applicable) 3.Task Order Number (If applicable) 4.Requiring Activity Unit Identification Code ( UIC)5.Command 6.Contractor Contact Information 7.Federal Service Code (FSC)8.Direct Labor Hours 9.Direct Labor Dollars 10.Location Information EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. To implement DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS, the Directorate of Contracting, USMA, uses Wide Area WorkFlow Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track invoices and receipt/acceptance documents electronically. The contractor is required to use WAWF-RA when processing invoices and receiving reports under this order. Submission of hard copy DD250/invoices will no longer be accepted for payment. The contractor shall register to use WAWF-RA at https://wawf.eb.mil. There is no charge to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden, UT. Their number is 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF.*Required Fields in WAWF [ X] Invoice as 2-in-1 (Services only) [ X] CONTRACTOR CAGE CODE* [ X] Pay DoDAAC*: HQ0302 [ X] Issue DoDAAC: W911SD [ X] Admin DoDAAC*: W911SD [ X] Service Acceptor DoDAAC*: W801KG [ X] Contracting Officer*: W911SD Contractor: WAWF will prompt asking for additional e-mail submission after clicking SIGNATURE. The following E-Mail address MUST be input in order to prevent delays in processing: The paying office DoDAAC and mailing address will be located on the front of your award. You can track your payment information on the DFAS website at http://www.dod.mil/dfas/contractorpay/myinvoice.html. Your purchase order/contract number or invoice will be required to inquire about status of your payment. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS), Rome at 1-800-553-0527. Please have your order number and invoice ready when calling about payment status. If your paying office is other than Indianapolis, contact your contract administrator for the customer service phone/fax numbers. END OF STATEMENT Alien Employment: The contractor shall not employ any alien who does not have a valid US Immigration T-151 or I-94, Alien Registration Card. The Contractor shall provide valid social security numbers and citizenship status of all employees to the Government, upon request. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit is scheduled for 21 October 2009, at 1:30 PM. Interested vendors should contact Kevin Niebuhr at 845-938-4763 or Kevin.M.Niebuhr@us.army.mil to schedule their intent to attend to include the number of people and names who would attend. All individuals attending the site visit shall meet in the main lobby of the Keller Army Community Hospital, West Point, NY prior to the 1:30 time. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days. (End of clause) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days (insert the period of time within which the Contracting Officer may exercise the option); provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days (60 days unless a different number of days is inserted) before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years and 6 months..(End of clause) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-- (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40ed567d2c322142619dd29871a30402)
 
Place of Performance
Address: West Point, NY 10996
Zip Code: 10996
 
Record
SN01990225-W 20091024/091022234828-40ed567d2c322142619dd29871a30402 (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.