Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2010 FBO #3099
SOLICITATION NOTICE

J -- Cardlock - Locksmith Services - RFP# W912CN-10-R-0035

Notice Date
5/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561622 — Locksmiths
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Richmond - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000
 
ZIP Code
23297-5000
 
Solicitation Number
W912CN10R0035-0001
 
Archive Date
6/16/2010
 
Point of Contact
Derrick McGee, Phone: 808-655-3037
 
E-Mail Address
derrick.mcgee@us.army.mil
(derrick.mcgee@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICIATION PACKAGE STATEMENT OF WORK FOR CARDLOCK SERVICES 1. DESCRIPTION OF WORK. The Contractor shall furnish labor, supervision, tools, equipment, parts, materials and transportation to perform locksmith services which include routine and emergency service calls and training for SAFLOK, KABA ILCO and Secure Lock card type door locks in Army Barracks located at Schofield Barracks (SB), Helemano Military Reservation (HMR) East Range (ER), Fort Shafter (FS), Wheeler Army Airfield (WAAF), and Tripler Army Medical Center (TAMC) on the island of Oahu, Hawaii. Locksmith services shall be performed in accordance with manufacturer standards and applicable Federal and state codes. (See Technical Exhibit 1 for Locks Identification) 1.1. Maintain Equipment. Contractor shall maintain army computer equipment; including laptop computer(s), handheld key-making station(s), Keycard encoder(s) and printer(s) to ensure keycard operating system is functioning in accordance with manufacturer's standards and specifications. 1.1.1. Programming Lock Levels. As required, contractor shall program keycard operating system to be capable of providing 16 different lock levels, each operating independently from the other. Contractor shall re-program all newly replaced locks. 1.2. Service calls: Routine and emergency service calls consist of but are not limited to the following: inoperative locks, soldier locked in or out of room and broken locking mechanism and/or handle, unable to secure a building. In the event that a lock cannot be fixed immediately, the Contractor shall install/provide a temporary lock/locking system on the door until the lock can be properly fixed. 1.2.1. Routine service calls: The Directorate of Public Works (DPW) Work Order Clerk will phone or E-mail a service order to the contractor for repairs. The contractor shall complete routine service order within three (3) working days after notification. If repair cannot be accomplished within four (4) hours after arrival on-site, the contractor shall notify the COR telephonically of the delay and estimated time for repair. 1.2.1.1. The contractor shall prepare and submit a written routine maintenance report to the COR within two (2) working days after the service is completed. The report shall have date and time of arrival and departure, detailed corrective action taken, and signature of the Site Representative. 1.2.2. Emergency service calls: The DPW Work Order Clerk will telephonically notify the contractor for emergency service calls. The contractor shall be on-site for emergency requirements two (2) hours after notification. The contractor shall complete repairs within four (4) hours after arrival on-site, if repair cannot be completed within four (4) hours, then the contractor shall notify the DPW Work Order Clerk telephonically of the delay and estimated time for repair. Contractor shall provide and install a temporary locking mechanism until proper repairs is performed. 1.2.2.1. The contractor shall prepare and submit to the Contracting Officer's Representative (COR) a written emergency service call report within two (2) working days after the service is completed. The report shall have date and time of arrival and departure, detailed corrective action taken, and signature of the Site Representative. 1.3. Training: Provide training on performing the different lock level functions, as required, to Government Personnel. The Contracting Officer Representative (COR) shall determine the dates and times for training to be conducted and coordinate with the contractor as required. 1.4. Parts. To facilitate minimal down time due to the ordering process, a minimum of three (3) replacement locking mechanisms for each type (Kaba Ilco, SAFLOK, and Secure) of door lock will be stocked and be used for emergency replacements. The contractor shall use new parts during maintenance and repairs. All parts shall be warranted for 90 days. The Government will reimburse the contractor for all parts used for maintenance and repairs. Any reimbursement for parts by the Government will be based on the actual cost to the contractor. The contractor shall provide purchase receipts for all parts used with the repair report. The contractor shall dispose of unserviceable parts and materials off of Government property. 2. PERFORMANCE OBJECTIVES AND THRESHOLD. The Contractor's service requirements are summarized into performance objectives that relate directly to mission essential items. The Contractor shall develop metrics for each objective listed below. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. All other requirements in the statement of work not specifically identified in the table below or in the PWS, Army Regulations, guidance or other policies will be rated at a 90% threshold. Performance Objective SOW Paragraph Performance Threshold Routine Service calls 1.2.1 Complete remedial service call 95% of time. Emergency Service calls 1.2.2. Responds to and repair emergency service call 100% of the time. Contractor Manpower Report (CMR) 4.9. Complete report within required time 100% of the time. 3. GOVERNMENT FURNISHED UTILITIES. Electricity and water provided for use on this contract. No labor, tools, equipment, supplies, materials, articles or transportation furnished by the Government. 4. GENERAL INFORMATION. 4.1. Quality Control. Responsible for quality control of all work performed under this contract to assure the requirements of the contract are provided as specified. 4.2. Reserved 4.3. Hours of Operation. Perform work during Government's normal working hours, 7:30 a.m. - 4:00 p.m., Monday through Friday, excluding Federal holidays, emergency service work 24 hours a day seven days a week. With the exception of emergency calls, in no event shall the Contractor perform work outside the normal working hours without obtaining written approval from the COR 4.4. Schedule. The Contractor shall provide annual work schedule to the Contracting Officer's Representative (COR) within five (5) business days after award of contract. 4.5. Warranty. Warranty of services for 90 days for repair and replacement parts. In the event any replacement parts fail within the manufacturer's warranty period, the Contractor shall arrange for replacement of the defective parts at no additional cost to the Government. 4.6. Work Site Cleanup and Disposal of Waste. Remove and dispose of all debris/waste at the end of the workday from work site per applicable federal, state and local requirements. 4.7. Contracting Officer's Representative (COR). The COR is Mr. James Crite, Service Contracts Branch, 656-2439, facsimile no. (808) 656-2946. 4.8. Identification of Contractor Employees. 4.8.1. Provide each employee with identification (ID) badge made of nonmetallic material, easily readable and including employee's name, contractor's name, functional area of assignment, with recent color photograph of the employee. 4.8.2. All contractor personnel shall wear the ID badge at all times when performing work under this contract at a Government site, including while attending Government meetings that may take place outside the Government facility. Contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing above the waist except when safety or health reasons prohibit such placement. 4.8.3. All Contractor vehicles shall be identifiable with a sign bearing the company's name. 4.9. CONTRACTOR MANPOWER REPORTING (CMR). The CMRA is a business process that has been approved by the Army as a means for collecting information on contracts that provide services to the Department of the Army. Contractors are required to register and report information via the CMRA website located at https://cmra.army.mil/. Additional information such as links to user guides, frequently asked question and help desk information is available via the CMRA website. Reporting is required on an annual basis and shall be entered via the CMRA website. Reporting may be done at any time during the period of performance but not later than the completion of the contract or the Government Fiscal Year (FY), 1 October through 30 September, whichever occurs first. The report must be submitted NLT 30 Oct of each year. Data must be accurate and complete and shall be reported separately for each FY that falls within the period of performance. 5. TECHNICAL EXHIBITS: Tech Exhibit #1: Inventory
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/W912CN10R0035-0001/listing.html)
 
Place of Performance
Address: Island of OAHU - Various Military Location, Schofield Barracks, Hawaii, 96857-5000, United States
Zip Code: 96857-5000
 
Record
SN02152231-W 20100520/100518234556-cdc25f8ba03dfe97914d45d49c534d11 (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.