SOLICITATION NOTICE
J -- Facility Rekey Management
- Notice Date
- 6/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423710
— Hardware Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
- ZIP Code
- 26301-4199
- Solicitation Number
- VA24410RP0282
- Response Due
- 7/21/2010
- Archive Date
- 10/28/2010
- Point of Contact
- Timothy Russell
- E-Mail Address
-
Contracting Officer
(timothy.russell@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for implementation of a Security Key Management System to include all necessary keys, equipment, software, hardware, training and rekeying of all Louis A Johnson VA owned and managed real property, prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 through Fed Biz Opps. Visits to the site by Bidders will be held on June 25, 2010. Site visit (survey) is required in order to place a responsible bid on this project. Survey is to be conducted at all Louis A. Johnson VAMC buildings, CBOC's and Vet Centers and shall be accomplished in the presence on the VA Locksmith. The Louis A. Johnson VA Medical Center intends to award a firm fixed price commercial services contract in response to the Request for Proposal (RFQ) VA-244-10-RP-0282. Copies of the complete RFQ are available upon request. The solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-30. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clause may be accessed in full text at this address www.acqnet.gov/far. The NAICS code is 423710. Proposed price should not expire before September 30, 2010. Award of this contract is expected to be made sometime after the close of this RFP and before September 30, 2009. All services and equipment must be delivered and set up including initial training must take place within 45 days of award of the contract. Required Components (Included in proposed price): "Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for rekeying the Louis A. Johnson VAMC buildings, CBOC's and Vet Centers campuses as required by Statement of Work (SOW). "Provide 1600 small format (SFIC) patented key control 7 pin cores that are compatible with the Stanley/BEST 7 pin interchangeable core system. "Provide 1,000 keys to fit new cores. "Design a master keying system to fit Louis A Johnson VA needs. Provide pinning and cut keys provided above to accomplish the master keying system. "Provide 1 industrial coding machine for selected keying system. "Provide 1 receipt color printer compatible with the key management software. "Selected vendor must possess the ability to provide finished product on-going support (on-site if necessary) service/material orders/calls upon award. "Delivery and set-up of equipment is the responsibility of the contractor. The vendor will provide (1) employee to aid VA locksmith in issuing new keys and retrieving old keys and also putting this information into the new key management software. "Warranty on equipment is the responsibility of the contractor; all parts, labor, and travel must be included. "Contractor will provide initial technical support after installation and continue until system is fully operational. "Training on all systems will be provided to approximately (3) VA staff; travel and lodging cost to be borne by the contractor. "Vendor must provide a processing workstation equipped with software appropriate to the keying system. All software and databases shall be operational two weeks prior to any core change in order to facilitate the allocation of keys to individuals. "Vendor will provide two sets of maintenance and operator's manuals. Evaluation Items: Responsible proposals must include for evaluation purposes; item pricing related to the above Required Components culminating to Total Job price. In addition, all proposals must include company technical approach and ability to perform all tasks outlined within the SOW. Responsible parties must also explain their pricing is fair and reasonable when compared to commercially available products of similar size and scope. Proposals must address the company's past performance on government projects. Proposals must identify company business size and small disadvantaged business participation, in addition to company representations and certifications (CCR, EPLS, ORCA, etc.). Terms and Conditions: User Responsibility: Contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. Exclusions: Service does not include electrical work external to the equipment. Provisions and Clauses: Provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The offerror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussion. The government reserves the right to make no award as a result to this solicitation. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-8 Option to Extend Services (Nov 1999); VAAR 852.203-70 Commercial Advertising (Jan 2008);VAAR 852.211-70 Service Data Manuals (Nov 1984); VAAR 852.246-70 Guarantee (Jan 2008); VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008); 52.252-2 Clauses Incorporated by Reference (Feb199852.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts); 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury);52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.216-1 Type of Contracts (APR 1984); The Government contemplates award of a (Firm Fixed Price) contract resulting from this solicitation; 52.233 Service of Protest (SEP 2006);VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 52.245-1A Government Property Alternate I (June 2007); 52.245-9 Use and Charges (June 2007); 852.246-71 Inspections (Jan 2008) 52.252-1; Solicitation Provisions Incorporated by (FEB 1998); This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.acquisition.gov/far/index.html; http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm. Offers shall provide sufficient technical documentation to allow for thorough evaluation of proposal. Additionally the vendor shall fully explain their ability to meet the requirements from above. Electronic Invoice Submission: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315)). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoice submission, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center P.O. Box 149971, Austin, TX 78714-8971. Offers shall be submitted to the Louis A. Johnson VA Medical Center, Attn: Timothy Russell (304) 623-3461 x3895, Contracting Specialist, 1 Med Center Drive, Clarksburg, WV 26301, no later than 3:00pm EST on July 21, 2010. The offer must be submitted by email at timothy.russell@va.gov. Offers will also be accepted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA24410RP0282/listing.html)
- Place of Performance
- Address: 1 Medical Center Drive;Clarksburg, West Virginia
- Zip Code: 26301
- Zip Code: 26301
- Record
- SN02183309-W 20100623/100621234849-ca81535c2efcb8c32fd406f5f4639bc0 (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 |