Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2010 FBO #3000
MODIFICATION

63 -- Maintenance

Notice Date
2/8/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
MMS-SASC Procurement Office1201 Elmwood Park BoulevardProcurement SectionNew OrleansLA70123US
 
ZIP Code
00000
 
Solicitation Number
M10PS00165
 
Response Due
2/5/2010
 
Archive Date
3/7/2010
 
Point of Contact
Diliberto, Pamela A. 504-736-2626, pamela.diliberto@mms.gov
 
E-Mail Address
Diliberto, Pamela A.
(pamela.diliberto@mms.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation M10PS00165 posted on 01/13/2010 is amended to include a requirement for maintenance. Maintenance will be required from the time of award through 09/30/2010. A SITE INSPECTION WILL BE HELD ON THURSDAY 02/11/2010. ALL INTERESTED OFFERORS SHOULD ATTEND. THE CLOSING DATE FOR QUOTES TO BE RECEOVED IS THURSDAY, 02/18/2010. ALL QUOTES MUST BE RECEIVED BY 3:00pm (CENTRAL TIME) ON THIS DATE. Statement of Work (SOW)AMAG Smart Card Equipment and Software Maintenance New Orleans, Louisiana BACKGROUND The Minerals Management Service (MMS), United States Department of the Interior, has a need for the maintenance of all smart card readers, ancillary equipment and software that drive the security system located at 1201 Elmwood Blvd, New Orleans, Louisiana and 990 N. Corporate Blvd, New Orleans, LA. All sites are leased facilities. MMS anticipates this to be a Firm Fixed Price Contract. The MMS currently has a Smart Card 625 proximity card reader system installed at each of their sites. All new installations and equipment replacements under this contract must be incorporated into the existing access control system and provide interface with the Silent Knight IFP 1000 fire alarm or the current fire alarm system at each MMS site. The MMS currently controls all aspects of the security system, including issuing identification credentials; encoding the credentials for use with the installed AMAG readers; creation of reader groups; and all other controls associated with the system. A copy of the equipment listing may be obtained by contacting Pamela Diliberto, Contract Specialist at 504-736-2626 or pamela.diliberto@mms.gov. The MMS has a server and workstation installed to support this system at all sites. MMS also has alarm monitoring being performed by a third party. OBJECTIVE The objective of this SOW is to provide the following functions and/or services: Maintenance of all smart card and ancillary equipment located at all sites. This maintenance will require an AMAG certified contractor in order to receive manufacturer technical support when needed and to ensure that the warranty on any equipment is not voided. Equipment includes, but is not be limited toocard readers owiring odoor strikesoexit PIRsomotion sensorsomag locks and Z bracketsoand any other associated equipment Professional replacement or installation of smart card equipment as required during the term of the contract. This equipment should include, but is not limited to the list above. Configure any newly installed equipment into the existing access control system. This includes, but is not limited to, conversion of existing hardwire chains into LAN chains, creation of new reader groups, creation of new nodes, addition of any other MMS sites that may be added to the system during the term of the contract, and any other configurations and conversions consistent with proper access control. All quotes should be submitted on a monthly basis. This will allow for incremental payments to be made at the end of each month. Quotes should also include a line item for an hourly labor rate for service outside of normal business hours should a need arise. SCOPE OF WORK The scope of this SOW is to have a certified AMAG contractor provide professional maintenance of smart card access control equipment with all associated components and configuration required. SPECIFIC TASKS The Contractor shall be directly responsible for ensuring the accuracy, timeliness and completion of all tasks under this effort. The specific tasks are: Task 1Provide on-site remedial maintenance and replacement parts for the current AMAG security system located at all MMS sites identified. All parts provided must be AMAG certified parts. Task 2MMS requires 24 hour response time on any routine service calls made. In emergencies, MMS may request immediate (no longer than 4 hours) response to service calls. Task 3During periods of renovation, MMS may require the removal of all security equipment, packaging for storage at an MMS site for ultimate reinstallation when renovation is complete. Task 4Configure any installed components into the existing smart card assess control system currently in place. These configurations include, but are not limited to, conversion of hardwire chains to LAN chains, configuring reader groups for newly installed readers, creation of new nodes, and incorporating alarm information into the existing third party alarm monitoring system and, if necessary, the Silent Knight 1000 Fire Control System or the current fire system at each site. Task 5The contractor must provide a full set of documentation to the MMS for all work that is performed. This documentation should include, but not be limited to, hardware model information, all system software configurations, all hardware models with any special devices or controllers required, special instructions for any modifications made to how the system is accessed or used, and any other unique system information and specifications. Task 6The contractor must be able to provide maintenance on the AMAG software that will include all software updates; reinstallation of software, if required; and any other on site liaison with the AMAG technical support technicians. Task 7The Project Management Plan should provide evidence that the contractor currently holds a Tier One Reentry Placard for Jefferson Parish. Offeror must also be able to ensure MMS that they will be available immediately after a declared disaster. MMS will require that the contractor be available to reenter and evaluate MMS damage and perform remedial repairs as soon as possible to ensure that MMS data and equipment is secured. MMS must be assured that they will be a top priority to the contractor. OTHER PERFORMANCE REQUIREMENTS Authorized Distributor The contractor must be an authorized/certified distributor of AMAG systems, hardware, and software. Productive Work Hours This will be a Firm Fixed Price Remedial Maintenance Contract through September 30, 2010. When the contractor performs work for the MMS, they will be required to sign in and sign out as required at each site. This will be the model MMS will go by when approving any invoices submitted for requested additional invoice hours that may be billed. The contract workers must contact the designated Contracting Officers Representative (COR) prior to starting any work. Reporting The contractor will submit written maintenance reports to the COR at the completion of each visit. Reports must clearly outline any and all work that was performed, any unresolved issues that need to be addressed and any upcoming issues that will require attention. In addition it should include any items not covered under the maintenance contract or any work requested that will incur cost must be brought to the attention of the COR before any cost is incurred. The COR may not make any changes to the contract that will incur costs. Only an MMS Contracting Officer (CO) may make any changes to the maintenance contract that will alter the scope of work or any additional costs. Project Lead The Contractor shall provide a Project Lead to facilitate MMS-Contractor communications. The Project Lead shall be the primary technical and managerial interface between the Contractor and the COR located at the Elmwood Towers Building, 1201 Elmwood Park Blvd, Room 107, New Orleans, LA 70123. Physical Security The Contractor shall be responsible for safeguarding all government property provided for Contractor use. At the end of normal duty hours and/or after normal duty hours, all MMS equipment and materials must be secured. Contractors may be required to have a background check in order to work at MMS sites. Access Control The Contractor will be issued an access control credential by the MMS. This credential will allow the contractor to perform their day-to-day duties. The contractor will need to adhere to the MMS visitor policy by signing in and out daily. The contractors will ensure that all access control credentials issued to the Contractor by MMS are not lost or misplaced and are not used by unauthorized persons. PLACE OF PERFORMANCE The work will be performed on-site at the Elmwood Towers Building, 1201 Elmwood Blvd, New Orleans, Louisiana and 990 North Corporate Blvd, New Orleans, LA. INSPECTION AND ACCEPTANCE CRITERIA Final inspection and acceptance of all work performed, reports and other deliverables will be made by the COR. General Acceptance Criteria General quality measures, as set forth below, will be applied to each work product received from the contractor under this SOW. Consistency to Requirements All work products must satisfy the requirements of this SOW and be in compliance with AMAG standards. Timeliness Work products shall be submitted on or before the due date specified in this SOW or submitted in accordance with a later scheduled date determined and approved by MMS. QUALITY ASSURANCE The COR will review, for completeness, preliminary or draft documentation that the Contractor submits, and may return it to the Contractor for correction. Absence of any comments by the COR will not relieve the Contractor of the responsibility for complying with the requirements of this SOW. Final approval and acceptance of documentation required herein shall be by letter of approval and acceptance by COR. The Contractor shall not construe any letter of acknowledgment of receipt material as a waiver of review, or as an acknowledgment that the material is in conformance with this work statement. Any approval given during preparation of the documentation, or approval for shipment shall not guarantee the final acceptance of the completed documentation. EVALUATION OF QUOTATIONS General Instructions Quotations shall be prepared in accordance with and comply with the instructions in this document. The technical submission will be evaluated separately from the price. Each submission will be evaluated against the evaluation factors listed below. In addition, a Project Management Plan (PMP) should be included with the quotation. Basis for Award Award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical and all other evaluation factors, and price considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. Technical and other evaluation factors are more important than price. However, between submission that are evaluated as technically equal in quality, price will become a major consideration in selecting the successful Offeror. The Government reserves the right not to make an award as a result of this competition, if in the opinion of the Government none of the submissions would provide satisfactory performance at a cost that is considered fair and reasonable and/or economically feasible. EVALUATION FACTORS FOR AWARD The following evaluation criteria will be utilized in order to determine which Offeror is considered to be the best overall value. Factors 1.4.1, 1.4.2, and 1.4.3 are roughly equal to each other; factor 1.4.4 is less important. Sub-factors listed are of equal importance to each other. 1.4.1UNDERSTANDING, PLANNING AND TECHNICAL APPROACH A.Fully understands the subject matter (AMAG products in particular) and demonstrates the ability to design and execute a reasonable strategy to perform the maintenance of the current system in place at MMS sites; B.Demonstrate the ability to implement technology to comply with Personal Identity Verification (PIV) II standards as set forth in Homeland Security Presidential Directive (HSPD)-12 and Federal Information Processing Standards (FIPS) 201; and C.Understands the scope, importance and objectives of the project required by the MMS and is aware of potential problems that may occur and demonstrates the ability to resolve them; and D. Quality and effectiveness of the contractor approach to security issues that will produce useful information for decision making purposes for MMS. 1.4.2PROJECT MANAGEMENT PLAN (PMP) A.The contractor is an AMAG certified contractor and; B.The relevant expertise of the Project Manager and key personnel in their disciplines and ability to successfully complete this project and any maintenance or repairs within the timeframe allotted; and C.Evidence that there will be committed Project Manager with management experience and AMAG certified with resources/knowledge to complete any projects in a successful and timely manner; and D.The Project Management Plan should provide evidence that the contractor currently holds a Tier One Reentry Placard for Jefferson Parish. Vendor must also be able to ensure MMS that they will be available immediately after a declared disaster. MMS will require that the contractor be available to reenter and evaluate MMS damage and perform remedial repairs as soon as possible to ensure that MMS data and equipment is secured. MMS must be assured that they will be a top priority to the contractor. 1.4.3Past Performance/Past Experience Past performance is the Governments assessment of the degree to which an offeror has satisfied its past customers. MMS may review the Past Performance Retrieval System (PPIRS) at PPIRS.GOV, for any reported performance reports and any other sources deemed relevant. MMS may also contact some or all of the customers listed as Past Performance references in the contractors proposal. MMS may ask questions such as: whether or not they believe (1) that the Offeror was capable, timely, efficient, and effective; (2) that the offerors performance conformed to the terms and conditions of their contract; (3) that the Offeror was reasonable and cooperative during the performance; (4) that the Offeror was committed to customer satisfaction; and (5) whether the work performed by the contractor was similar and relevant to the work required by MMS under this RFQ, and (6) whether the services provided by the Contractor were of a high quality. MMS would like contractors to provide evidence that they have performed remedial maintenance, repairs, installation and software assistance to other customers. Past experience is the experience that offerors have performing work that is the same or similar to the work required by the MMS under this RFQ. Both past performance and past experience may be evaluated by utilizing the information provided by the offeror. 1.4.4Price The Government will evaluate the quoted price for reasonableness by various methods. Quotes for maintenance should be on a monthly basis through September 30, 2010. Hourly labor rate for work outside normal hours of operation should also be included in the quote. The price quote will be evaluated separately from the technical proposal. Evaluators will consider whether the quoted price adequately reflects an understanding of the project. Offerors are placed on notice that any quotes which are unrealistic in terms of technical approach or unrealistically low in cost(s) and/or price may be deemed reflective of an inherent lack of technical competency or indicative of failure to comprehend the complexity of the requirements and may be grounds for the rejection of the submission. The Offeror is expected to quote a reasonable price. An evaluation of each Offerors price quote will be made to determine if it is reasonable for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the technical proposed solution. Each price quote will be assessed to identify potential risk. Cost/price risk refers to any aspect of an Offerors quote which could have significant negative cost/price consequences for the Government. Where risk is assessed it may be described in qualitative terms or used as a best-value discriminator.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/MMS/SPB/M10PS00165/listing.html)
 
Record
SN02060425-W 20100210/100208234457-34dfdda5277badb2b6f08729361cde8a (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.