Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

20 -- USNS WILLIAM MCLEAN Intrusion Detection System

Notice Date
12/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-3015
 
Archive Date
12/24/2012
 
Point of Contact
Sequita D. Harris, Phone: 757-443-5889, Ricky Jennings, Phone: 757-443-5961
 
E-Mail Address
sequita.harris@navy.mil, ricky.jennings@navy.mil
(sequita.harris@navy.mil, ricky.jennings@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice: Solicitation Number: N40442-12-T-3015 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-48 effective 30 December 2010. NAICS Code 238210 applies. This is an intended sole source procurement to Beach Panel and Controls. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used. Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. Description of the requirements to be acquired: 1.0 ABSTRACT: 1.1 Provide all labor and material to install security cameras (CCTV), motion detectors and Intrusion Detection System (IDS) on the USNS WILLIAM MCLEAN as per conceptual design detailed in Condition Report T-AKE9-10-001 and meet the requirements of OPNAV instruction 5530.13C. 2.0 REFERENCES /ENCLOSURES: 2.1 OPNAVINST 5530.13C (embedded) 2.2 NAVSEA DWG. 820-7488866, (NASSCO 471-341-7008) General Arrangement (Available onboard) 2.3 Beach Panel Condition Report No. T-AKE9-10-001 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 Description/Quantity: 3.1.1 Install an IDS (Intrusion Detection System) onboard the USNS WILLIAM MCLEAN (T-AKE 12) a. The system consists of: • 1 each Fixed Alarm Monitoring & Activation Station (FAMAS) • 2 each Portable Alarm Monitoring & Activation Station (PAMAS) • 1 each Control Rack with qty. (4) Xycom 2U Computers • 1 each Uninterruptable Power Supply Enclosure (UPS) • 10 each Batteries for UPS • 1 each Power Distribution Panel (large - part number Q0140L200GRB) • 97 each ISP-2087-T IDS Tamper Proof Switches • 24 each SSM-CAM-EXT Pressurized Day/Night Camera with Base • 19 each MM22 Camera Mounts • 3 each AMAS Receptacles • 1 each SSM Ship Set Triwall that includes a minimum of the following: 2 each SSM Ship Set Technical Manual(s) 1 each SSM Ship Set Software Manual(s) 2 each PAMAS Umbilical Cables 1 each PS/2 Keyboard for Control Rack 1 each PS/2 Mouse for Control Rack 6 each J-Channel Pieces 3.1.2 Location: • Cargo Hold 1 Frame 40 • Cargo Hold 2 Frame 49 • Small Arms Locker 02-58-6 • Quarterdeck Vestibule 1-61.5-1 • Quarterdeck Vestibule 1-61.5-2 • Bridge 07-58-0 • HELO Hanger 1-70-0 • White Phosphorus STRM 01-41-2 • EOD and SWO STRM No 1 01-42.4-1 • EOD and SWO STRM No 2 01-46.5.2 • Fuses Primers and Detonators STRM 01-44.5-1 • 4.3L STRM 2-77-2 • Pyrotechnics STRM 2-77-01 • Small Arms Locker (armory) 02-58-6 • Line Throwing Gun Locker 01-28-6 • Weapons Locker (issue point) 01-28-4 • Weapons Locker (issue point) 1-62-2 3.1.3 Contractor provided material and spares: 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: 4.1 All items listed in paragraph 3.1.1a 5.0 NOTES: 5.1 The contractor and subcontractors, regardless of tier must consult the General Technical requirements to determine applicability to this work item. In the performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of applicable GTR's. 5.2 Performance Period: Installation is planned to start on/about 26 January 2012 thru 25 March 2012 during Post-Shakedown Availability (PSA). 5.3 Performance Location: Location of work will be aboard USNS WILLIAM MCLEAN at TBD (Location on East Coast TBD). 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Travel to the USNS WILLIAM MCLEAN, East Coast Shipyard TBD. 7.2 Use ref. 2.3 for guidance to procure necessary material and provide labor to install ammunition security surveillance and alarm equipment to meet reference 2.1 requirements. 7.3 Use list in reference 2.3 to procure recommended spares for the new CCTV/IDS system. 7.4 The system shall have the capability to record alarm events. 7.5 Provide and install a complete installation in all aspects including operational testing. 7.6 The IDS Tamper Proof switches monitor all the entrances to the Cargo Holds, Ammo lockers, weapons lockers, Magazines, and any other designated space required by OPNAV Instruction 5530.13C. 7.7 There will be three (3) different types of cameras used in this system, each for a different application. Since some of the locations are exposed to some elements, such as 01 level and Main Deck Clearways, the external type cameras will be used. Inside the Cargo Elevators an Ultra-wide Angle Bullet Camera will be used to monitor both Port and Starboard doors at each level. All other cameras will be the standard Day/Night Bullet cameras. 7.8 The FDPP-12 and -6 units will be mounted in areas that will allow for the least amount of cable to be pulled for each camera and door switch. These units make up the Fiber Ring of communication for the system. Each unit will have at least one spare for future expansion. Also for future expansion this Fiber Ring can be added to for additional units or systems. 7.9 The Entire system will be powered by an uninterruptible power supply allowing for 4 hours run time on Batteries. This unit will be powered from and Emergency source. Its location is to be determined by the ship's personnel and the Port Engineer. Also the UPS will feed a distribution Power Panel that feeds the entire system through individual circuit breakers. The power panel will be installed in space 01-49-0. 7.10 The Control Rack will be installed in space 01-24-2 Ordnance Office. 7.11 The system is a "Supervised" system that all cables and connections are monitored "Tamper Proof", including Camera cables, IDS cables, and Fiber Cables. 7.12 During installation of the system, the ship's representative (Cargo Mate) will be involved in the final approval of the exact placement of all cameras. Port Engineer will approve all equipment locations. 7.13 PAMAS Receptacles will be mounted one on each Gangway Location. On the HELO Deck one will be installed inside a stainless steel enclosure. Also at each of these three (3) locations will be a foundation to hang the PAMAS when it's in use. 7.14 The FAMAS will be mounted on the Bridge. The exact location will be determined by the Captain. 7.15 The installation will involve the pulling of ten (10) individual Fiber Optic cable runs, interconnecting the FDPP units and the Control rack, making the Fiber Ring. A total of 1,527 feet of Fiber Optic Cable will be installed in this system. 7.16 The system utilizes the SS1122 cable, which is a multifunction cable, allowing IDS and Camera signals to be used together in the same cable. The cable will be installed from each FDPP-12 and -6 to each Camera Junction Box type 1 or 2. There is a total of 8,788 feet of SS1122 Cable to be installed for this system. Also the SS1122 cable will be used to make the Camera Pig Tails for the Exterior Cameras. These cameras require the multifunction aspect of this cable to provide power and communications to the camera. Each Camera Pig Tail will be 20 foot long and cut to length on the ship at the time of installation. 7.17 The IDS units use the LS2SJ-18 cable to provide the contact closure and supervised circuit the system requires. There is a total of 2,565 feet of LS2SJ-18 Cable to be installed in this system. 7.18 The programming of the system will be IAW OPNAV Instruction 5530.13C. 8.0 GENERAL REQUIREMENTS: None Additional. Wood Packaging Material (WPM) - Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following FAR and DFAR provisions and clauses apply to this solicitation and are hereby incorporated by reference: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 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 Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.222-41 Service Contract Act of 1965 (use only for services) 52.223-18 Contractor Policy to Ban Texting while Driving 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.215-5 Facsimile Proposals 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.247-34 FOB Destination 252.204-7004(Alt A) Required Central Contractor Registration 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7000 Buy American Act Balance of Payment Program Act 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated by full text: 52.209-7 Information Regarding Responsibility Matters (Jan 2011) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) I f the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision) 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Ricky Jennings, 471 "C" Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted. Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 28 December 2011 at 1400 (2:00 PM) local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to sequita.harris@navy.mil or faxed via 757-442-5982. Please reference the solicitation number on your quote. 6. Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. VENDOR: POC: TEL: Cage#: Email: CLIN # DESCRIPTION QTY UNIT PRICE EXTENDED PRICE 1 LABOR RATES 2 MATERIAL 3 TRANSPORTATION 4 AIR FARE 5 PER DIEM 6 HOTEL 7 8 9 10 TOTAL Comments:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-3015/listing.html)
 
Place of Performance
Address: East Coast, United States
 
Record
SN02644867-W 20111224/111222234945-3b3c0d6f7246f090d1501e09a6a4c838 (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.