Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2010 FBO #3129
SOLICITATION NOTICE

63 -- MAINTENANCE OF ICIDS II

Notice Date
6/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG10T0142
 
Response Due
7/1/2010
 
Archive Date
8/30/2010
 
Point of Contact
Annette Logan, 915-568-3991
 
E-Mail Address
Fort Bliss DOC
(annette.logan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W911SG-10-T-0142 is issued as a Request for Quotation. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification Systems (NAICS) of 561621; size standard is $12.5 million. This solicitation is issued under FAR subpart 13.5, Test Program For Certain Commercial Items. One contract is anticipated to be awarded as a result of this RFQ. The term of the contract is one year with a base period starting August 1, 2010 and ending July 31, 2011. The contract will have two (2) one-year options, for the period of August 1, 2011 to July 31, 2013. The Directorate of Contracting, Fort Bliss, TX is requesting a firm-fixed price quotation for the service and preventive maintenance to include all services required to maintain all components of the MDI manufactured Integrated Commercial Intrusion Detection System (ICIDS) II being utilized throughout the Fort Bliss Military Reservation in an operational status. A preventive maintenance service for the purpose of this contract encompasses the following: adjusting, cleaning, testing, conducting a semi-annual operational status check, replacement and lubricating all MDI SAFE-Net security equipment. This contract will include all US Department of the Army approved ICIDS-II security system equipment, materials and labor necessary for the preventive maintenance and services of: 1)363 total rooms that require ICIDS II maintenance and services in the Fort Bliss area. a)228 arms rooms/vault facilities b)30 magazine/bunker facilities c)10 comsec vaults/rooms d)2 NOC facilities e)2 BOC facilities f)6 NEC facilities g)6 OTC facilities h)8 pharmacy/hospital facilities i)6 SCIF facilities j)9 VIP quarters k)9 museum facilities l)5 DOE facilities m)15 funds facilities n)1 ACP duress o)1 Lot barriers p)25 other facilities 2)127 additional equipment supplied a)52 Hydraulic bollards b)11 barrier gates c)2 height detectors d)62 cameras/recorders The Contractor shall provide all labor, management, supervision, personnel, tools, equipment, materials, and supplies required to perform service and preventive maintenance of the MDI manufactured ICIDS-II being utilized throughout the Fort Bliss Military Reservation. The work shall be conducted in accordance with (IAW) the terms and conditions of the Scope of Work. Facilities and systems to be maintained and serviced are provided in the Scope of Work. The following are the Contract Line Item Numbers (CLIN 0001): Base Year: Service and Preventative Maintenance of ICIDS II. Cost for Clin 0001 at $__________per MONTH. (CLIN 1001): Option Year One: Service and Preventative Maintenance of ICIDS II. Cost for Clin 1001 at $__________per MONTH. (CLIN 2001): Option Year Two: Service and Preventative Maintenance of ICIDS II. Cost for Clin 2001 at $__________per MONTH. CONTRACTOR SHALL PERFORM AND ADHERE TO THE MINIMUM STANDARDS AS STATED IN THE SCOPE OF WORK. I. GENERAL This service/preventive maintenance contract will include all services required to maintain all components of the Integrated Commercial Intrusion Detection System (ICIDS) II being utilized throughout the Fort Bliss Military Reservation in an operational status. The preventive maintenance services for the purpose of this contract encompasses the following: adjusting, cleaning, testing, conducting a semi-annual operational status check, replacement and lubricating all security equipment listed within this scope of work. All additional equipment that is Integrated Commercial Intrusion Detection System (ICIDS) II related will be covered under this agreement to include any electronic locking devices, access control equipment (Swipe Card Systems), Closed Circuit Television (CCTV) monitoring systems (to include their recording devices and monitors) and Monitor Dynamics Incorporated ( MDI) SAFE-Net servers. Vendor must provide preventive maintenance and service for all security systems supporting Installation Access Control onto the Fort Bliss Military Reservation as listed in the Scope of Work under paragraph 8. Access Control Systems under this agreement includes hydraulic, electrical and passive traffic control devices to include automated bollard systems and Grab Net Barrier systems, mechanical vehicle arresting devices, speed detection devices and Closed Circuit Television (CCTV) systems to include their recording devices and monitors located at Access Control Points (ACP). All perimeter surveillance systems consisting of Closed Circuit Television (CCTV) will also be included under this agreement to include their recording devices and monitors. The preventive maintenance services for the purpose of this contract encompasses the following: adjusting, cleaning, testing, conducting a semi-annual operational status check, replacement and lubricating all security systems identified within this agreement. All security equipment that is within the 12 month installation warranty will be the responsibility of the installing vendor for repair and/or replacement, and will not fall within or be included under this agreement until the specific warranty period ends. Once the 12 month installation warranty expires, all security systems and equipment will be automatically included (absorbed) within this agreement. All Monitor Dynamics Incorporated (MDI) related security equipment and systems under parts/labor/installation warranty will remain the responsibility of the installing vendor. Once all warranties have expired, equipment will be included under the provisions of this agreement. All required preventive Maintenance and services not covered under the original installation warranty of systems will be included within this agreement. Parts/labor/installation warranties do not include preventive maintenance, therefore all installed Integrated Commercial Intrusion Detection System (ICIDS) II and related security systems will receive all preventive measures as defined within this agreement regardless of warranty period. To be considered for the awarding of this contract the contractor must meet the following requirements: 1)The awarded contractor must be a Monitor Dynamics Incorporated (MDI) Dealer Integrated Commercial Intrusion Detection System (ICIDS) II equipment Certified Manufacturers Representative. *NOTE: Proof of certification must be provided with solicitation and prior to award of contract. 2)All employees of the contractor must possess a minimum security clearance of CONFIDENTAL that provided support to Monitor Dynamics Incorporated (MDI) security systems that support Arms Rooms and Ammunition Storage facility. 3)In accordance with AR 190-11, (Para. L-1), the command may require that contractor personnel responsible for performing work related to the Integrated Commercial Intrusion Detection System ( ICIDS) II system undergo a check by the National Crime Information Center (NCIC). The commands decision will be based on the sensitivity of the area to be protected and the need for quality control over personnel having access. The security check will be made with the Directorate of Emergency Services (DES) or other agencies that might have information which would have bearing on the honesty, or stability, reliability and trustworthiness of the individual. 4)Upon request of the Chief of Physical Security, the contractor agrees to remove any employee from performing duties under this agreement for reasons of noncompliance, misconduct or reasons of National Security. II. SCOPE OF WORK The servicing contractor must provide two qualified on site technicians to provide maintenance oversight of all Integrated Commercial Intrusion Detection System (ICIDS) II systems, related Monitor Dynamics Incorporated (MDI) SAFE-Net security systems and all other security systems contained within this agreement. All Qualifications must be verified before the awarding of this contract. In order to insure maximum efficiency of all security systems identified under this response to service calls and standard work performance will be initiated, monitored and recorded by the following criteria: 1)The installation Alarms Administrator or their designated representative will initiate a work order through the contractors Work Order Desk, upon receipt of the work request the response time requirement is also initiated. 2)Technicians are required to respond to all work requests generated by the Installation Alarms Administrator or their designated representative within a 2 hour period, for all accounts which require the posting of sentries, as designated by the Fort Bliss Installation and/or Army regulations, to compensate for failed or nonoperational IDS Alarms systems. 3)A 2 hour on-site response is required if equal to or greater than 5% of current operational accounts/security systems are affected. For the purpose of this agreement, an account is considered operational once it has connectivity to the supporting server. Monitor Dynamics Incorporated (MDI) SAFE-Net related security systems or other security systems included within this agreement are considered operational if the system has been installed and is in use by the installation as recognized by both the Directorate of Emergency Services (DES) and the contractor. 4)All response time criteria are based upon a 24 hour a day and 7 day a week time frame. 5)Technicians will be required to furnish administrative records of all work performance utilizing a written standard information format provided by the Installation Alarms Administrator, prior to the end of each 24 hour period when work has been performed. 6)Security systems identified and contained in this agreement includes: All Integrated Commercial Intrusion Detection System (ICIDS) II systems and related components, electronic locking devices, access control equipment (swipe card systems), Closed Circuit Television (CCTV) and their monitoring and recording systems, and hydraulic, electric or passive (stationary) traffic control devices (any bollard systems) to include mechanical vehicle arresting devices and speed detection devices located at Access and Entry Control Points. 7)The contractor will be responsible for the removal of all wiring; equipment and excess material from each site where work is performed. In addition, the contractor assumes the responsibility of providing for all equipment and materials used in the performance of this contract. At no time will any representative of the Department of the Army (DA) or individual(s) assigned to Fort Bliss assume responsibility for the security or safety of contracted personnel, their equipment or material during the performance of this contract. 8)Semi-annual inspections of all Security Systems equipment listed herein at Fort Bliss will be scheduled and conducted by the contractor. These inspections will equal 100% of systems by the 12 month anniversary of the award date. The equipment, operational alarm accounts and all systems/accounts that may be installed during the life of this agreement will be covered under this agreement and shall include the following number of accounts by asset to be protected: Total Number of Systems: 363 Arms Rooms/Vault Facilities: 228 Magazine/Bunker Facilities: 30 COMSEC Vaults/Rooms:10 NOC Facilities:2 BOC Facilities:2 NEC Facilities:6 OTC Faculties:6 Pharmacy /Hospital Facilities:8 SCIF Facilities:6 VIP QTRS:9 Museum Facilities:9 DOE Facilities:5 Funds Facilities:15 ACP Duress:1 Lot Barriers:1 Other Facilities:25 ADDITIONAL EQUIPMENT SUPPLIED: HYDRAULIC BOLLARDS, BARRIER GATES, CAMERAS, RECODERS, TRAFFIC SECURITY SYSTEMS AND MDI ACCESS SYSTEMS. Total Number of Systems: 127 Hydraulic Bollards:52 Barrier Gates:11 Height Detectors:2 Cameras:62 9) This maintenance and service contract/agreement will also include any additional increase of all IDS, CCTV systems, and access/entry control systems installed after acceptance of this agreement. Increases will consist of not less than 20% per year. III. QUALITY CONTROL The contractor is subject to periodic inspections conducted by the Installation Alarms Administrator, their designated representative, members of the Physical Security Branch of Directorate of Emergency Services and the ultimate end users (units whose assets are being protected). 1)The Contracting Officer may direct a formal written report be generated in order to record contract compliance, complete a contract discrepancy report(s) and may be used to formally identify any deficiencies directly to the contractor. 2)Copies of all generated inspection reports will remain on file with the Contracting Officer and Installation Alarms Administrator for the duration of the life of this contract. 3)The contractor will receive a copy of all inspection reports within 3 working days after completion of the report and acknowledge receipt within 1 working day. 4)The contractor will provide a written narrative of all actions taken to correct or eliminate stated deficiency and measures implemented to prevent further discrepancies of its nature. The Government shall award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the RFQ, is most favorable to the Government with price and other factors considered. The following factors shall be used to evaluate offerors' capability to perform: Technical Capability, Past Performance and Price. Technical and past performances, when combined, are more when compared to price. Award shall be made to the lowest price technically acceptable offeror considering all other evaluation factors. PAST PERFORMANCE: Each offeror shall describe their past performance on similar contracts held within the last three years which are of a similar scope, magnitude and complexity to that which is detailed in this RFQ. Past performance shall be evaluated in the following manner: The Government shall assess the offeror's ability to perform, including the offeror's likelihood of achieving success in meeting the contract requirements. The offerors are to provide a narrative discussion of similar projects of a similar size and dollar value, which have been successfully completed in the past three years. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. Past Performance shall be assessed and assigned a narrative rating in the evaluation. The Government shall evaluate each offeror's past performance based on the information submitted by the offeror, as well as information that the Government collects by itself. Offerors shall be given credit for good past performance and lose credit for poor past performance, and neither receive nor lose credit for no past performance data. TECHNICAL CAPABILITY: Offerors shall describe in detail current capacity to provide the required services and supplies. Your description shall include your capacity for responding to all work requests generated by the Installation Alarms Administrator within a 2 hour period as well as your capacity for a 2 hour on-site response if required as stated in the Scope of Work. The contractor shall describe the necessary methods and procedures which will be employed to ensure experienced and certified MDI personnel will perform the services. The following provisions and clauses apply and may be accessed electronically at www.arnet.gov/far, www.farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, 52.212-3, Offeror Representations and Certifications, Commercial Items (must be completed and submitted with the offer); 52.212-4, Contract Terms and Conditions, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (including 52.203-6, 52.219-6, 52.219-14, 52.219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33); 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 252.204-7004, Alternate A Central Contractor Registration; 252.211-7003, Item Identification and Evaluation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 52.203-3, 252.225-7001, 252.232-7003, 252.247-7023(iv)); and 252.232-7010, Levies on Contract Payments. Any questions are due in writing by 2:00 p.m. June 23, 2010. Offers are due July 1, 2010, 4:00 p.m., Mountain Standard Time, at: Directorate of Contracting, Bldg 2021 Club Rd, ATTN: Annette Logan, Fort Bliss, TX 79916-6812. Inquiries shall be in written form and mailed or delivered to the address above or faxed to (915) 568-5643 or emailed to annette.logan@us.army.mil. All responsible sources may submit a quotation and shall be considered. Point of Contact Annette Logan, Contract Specialist, Phone 915-568-3991, Fax 915-568-5643, E-mail annette.logan@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/480b532c0bcec7ceb548691e573ed11d)
 
Place of Performance
Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02180941-W 20100619/100617235823-480b532c0bcec7ceb548691e573ed11d (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.