Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
SOLICITATION NOTICE

J -- Repair and Maintenance for the Installation Perimeter Security

Notice Date
12/12/2012
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-13-R-0023
 
Response Due
1/14/2013
 
Archive Date
2/10/2013
 
Point of Contact
Michelle Talbot, 309-782-7363
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(michelle.talbot@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT (PWS) (****This is just a draft PWS and subject to change upon submission with Solicitation***) Repair and Maintenance for the Installation Perimeter Security Intrusion Detection (IDS) and Close Circuit Television (CCTV) Systems 1. GENERAL: This is a non-personal services contract to provide Repairs and Maintenance for the Installation Perimeter Security Intrusion Detection System (IDS) and Close Circuit Television (CCTV). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall maintain and repair the perimeter Intrusion Detection System (IDS) and Close Circuit Television (CCTV) systems on Camp Arifjan, Camp Virginia, and Camp Buehring. The exterior perimeters remain a vulnerable target for terrorism. This Performance Work Statement will focus on the repair and maintenance of the exterior detection-intrusion physical perimeter security and closed-circuit television systems. The contractor shall perform to the standards in this contract. 1.2 Background: The Perimeter Alarm and Surveillance System are an integrated Intrusion Detection and Closed Circuit Television (CCTV) Camera System that interfaces with a primary monitoring control station. Repair and Maintenance are required to prevent any disruption of observation of the perimeter. 1.3 Objectives: Contractor is to provide a Technician for repairs, at each location, 8 hour's per-day, five days a week, for a 52 week period for the Repairs and Maintenance for the Perimeter Electronic Security System (ESS) Intrusion Detection System (IDS) and Closed Circuit Television System (CCTV), systems are to be 100% operational 24/7, repairs shall be completed within 24 hours of notification. 1.4 Scope: Repair and Maintenance Services shall include; Perimeter CCTV maintenance Inspections, Emergency Service, Service Calls, ESS Improvements, and Perimeter ESS Component maintenance. The contractor shall follow Specific Instructions tailored to the specific equipment. The scope of this Performance Work Statement requires that a contractor shall repair and maintain the exterior perimeter intrusion security detection alarm system that includes all software (and updates), that uses state of the art instrumentation, equipment and technology that is suitable or has been adapted for the harsh climatic conditions (high winds, extreme heat, dust) of Southwest Asia. If the original manufacturer of a system had updated the quality of parts for current production, parts supplied under this contract shall equal or exceed the updated quality. All equipment, materials, systems furnished under this contract, regardless of country of manufacture or purchase, must have in-country service availability. 1.5Period of Performance: The period of performance shall be for one (1) year, and include three (3), one (1) year option years. 1.6 General Information 1.6.1 Quality Control (QC): The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which to assure performance complies with the requirement of the contract. The contractor shall deliver the QC Plan within five (5) days after contract award. 1.6.2 Quality Assurance: The Government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: New Year's Day, Labor Day, Martin Luther King Jr.'s Birthday, Columbus Day, President's Day, Veteran's Day, Memorial Day, Thanksgiving Day, Independence Day and Christmas Day. 1.6.4 Hours of Operation: The contractor is responsible for providing service, between the hours of 0800-1700 Sunday thru Thursday except recognized Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at Camp Arifjan, Camp Buehring, and Camp Virginia, Kuwait. 1.6.6 Type of Contract: The Government will award a Firm Fixed Price Contract. 1.6.7 Security Requirements: Contractor personnel performing work under this contract must have a Secret Clearance at time of the proposal submission, and must maintain the level of security required for the life of the contract. 1.6.8 Special Badging Qualifications: New and expired passes are obtained at ECP 1 (OCN Gate). Renewals and upgrades are handled at Camp Arifjan ECP 1; the badging office provides support seven (7) days a week. 1.6.8.1 Citizens of the following countries are prohibited access to U.S. Military facilities unless the Commander, ARCENT-KU, grants an exception. Letters of exception must be maintained in the recipient's personal file: (a)Cambodia (b)Russia, Tadzhikistan, Turkestan, and Uzbekistan; the Kurile Islands; and South Sakhalin (Karafuto) (c)Cuba (d)Iran (e) Iraq (f) Israel (g) Libya (h) North Korea (Communist Korea) (i) People's Republic of China, including Tibet (j) Syria (k) Vietnam 1.6.8.2 Citizens from Russia, People's Republic of China including Tibet, and Vietnam do not require a letter, but must have a S2 embassy check and background investigation check. 1.6.8.3 The website is http://www.asgku-ia.com/ for all forms and requirements associated with obtaining base access. 1.6.8.4 Installation Passes/Identification of Employees: The contractor shall obtain an Area Support Group - Kuwait (ASG-KU) Installation Access badge from Camp Arifjan through the Pass and Identification (ID) in the Contracting Officer's Representative (COR) section. The contractor shall submit a complete installation pass request package for each employee within three (3) working days of award of the contract; failure to submit a complete package, may result in termination of the contract. 1.6.8.5 The Contractor shall provide adequate documentation for each employee after contract award so that appropriate installation access badges can be issued. The information shall include: a completed quote mark ASG-KU Installation Access Application quote mark, (ASG-KU PMO Form 190-16.1), copy of passport with residence card, letter from sponsor both in English and Arabic, letter from business on company letterhead in English and Arabic, and front and back copy of Civil Identification at level 18. 1.6.8.6 The Contractor shall ensure that all personnel, to include any subcontractors hired in performance of this contract, display the badge on the outermost garment at all times. 1.6.8.7 If employees shall be driving a vehicle onto the camp, then the person shall need to complete an ASG-190.16.2, have a copy of their valid driver's license, vehicle registration for the vehicle they shall be driving, insurance, and a copy of their installation access badge (unless it is in combination with an installation access). 1.6.8.8 To obtain temporary passes, the contractor must submit a copy of the level 18 Visa Civil ID for each worker, a copy of the workers' passport showing the Kuwait Visa, and a completed quote mark ASG-KU Installation Access Application quote mark (ASG-KU PMO Form 190-16.1). 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor may be called for a Post Award Conference, if called or scheduled by the contracting office. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the Contracting Officer (KO) and Contractor of any deficiencies; coordinate availability of Government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates, or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. 1.6.11 Key Personnel: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available 24 hours a day seven days a week for emergencies. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties, are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. The Contractor shall be required to wear their badges all times in the performance of this service. 1.6.13 Safety, Environmental, and Health Requirements 1.6.13.1 The contractor shall ensure that employees meet the guidelines issued by the U.S and Kuwait Government's Labor Laws regarding Host Country Nationals (HCN's) employment and its employees do not bring into nor remove from any Government installation any contraband material. The Contractor shall meet the minimum standards set out in the ASG-KU Department of Public Works (DPW) Memorandum No. 11 Environmental Requirements, dated 20 December 2009 and the ASG-KU Environmental Handbook. 1.6.13.2 Safety: All work performed will comply with all federal, host nation, and local directives and regulations that pertain to safety, health, environment, and fire prevention. The contractor shall be responsible for the safety and protection of its employees on Camp Arifjan during all contractor operations conducted in accordance with the PWS, AR 385-10, Army and Occupational Safety and Health Administration (OSHA) safety regulations, Theater (AOR) guidance/policies, and Army unit SOPs. 1.6.13.3 Prior to start of work, the contractor will submit to the Contracting Officer and COR one copy of contractor's project-specific safety plan tailored to the accomplishment of the work specified in the PWS. Contractor's project specific safety plan shall document activity hazard analysis for each phase of the work and outline work procedures and equipment which the contractor shall use to protect all persons on the job site. 1.6.13.4 Contractor shall document safety training for onsite employees by means of submittal prior to start of work and will update safety training documentation through follow-up submittals as required by personnel turnover on the project. 1.6.13.5 In the event of injuries; the contractor shall provide basic first aid for its work force. The contractor shall immediately report all accidents, regardless of severity, to the Contracting Officer and COR. 1.6.13.6 The contractor shall obey all Kuwait and United States (US) laws regarding secondary containment, environmental training, and proper disposal of hazardous materials (HAZMAT). The contractor shall use only those cleaning products that are environmentally safe IAW the policies and procedures listed in AR 200-1. Contractor shall supervise cleaning personnel to ensure safe practices and to prevent situations that endanger ASG-KU camp personnel and/or contractor personnel (e.g. excessive concentrations of caustic cleaning products, eye protection, safe ladders, etc). The contractor shall perform duties prescribed within the PWS to include all listed regulatory guidance. 1.6.13.7 Life Support: The contractor shall provide life support of contractor personnel, to include food and drink. 1.6.13.8 Medical Service: The contractor shall provide medical services for the contractor's personnel. All injuries or illnesses shall be reported immediately to the Contracting Officer and COR. The Government is permitted to provide emergency medical care to all on-site contractors; however, IAW DFARS 252.225-7040 (c) (2) (i)-(ii), the contractor shall be responsible to reimburse the Government for such care. When the Government provides medical treatment or transportation of contractor personnel to a selected civilian facility, the contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation (DFARS 252.225-7040 (c)(2)(ii). Contractors shall be responsible for all other support, including routine medical and dental care, required for its personnel engaged in the designated operational area under this contract. 1.6.3.9 The contractor shall comply with all local laws, ordinances, and regulations and shall obtain and pay for all necessary permits and licenses required to operate in Kuwait. PART 2 DEFINITIONS & ACRONYMS 2.1 DEFINITIONS: 2.1.1 CONTRACTOR: A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The Contracting Officer is the only individual who can legally bind the Government and who can make changes to the terms and conditions of a contract. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract, and shall obtain written approval from KO on any changes to contract. 2.1.4 DEFECTIVE SERVICE: A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE: Anything that can be physically delivered, but may include non-manufactured thing such as meeting minutes or reports. 2.1.6 KEY PERSONNEL: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY: Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE: The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL: All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR: One that enters into a contract with a prime contractor. The Government does not have privities of contract with the subcontractor. 2.1.12 WORKDAY: The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12 WORK WEEK: Sunday through Thursday excluding Federal Holidays. 2.2 ACRONYMS: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CCEContracting Center of Excellence CCTV Closed Circuit Television System CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DCMADefense Contract Management Agency DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DOD Department of Defense ESSElectronic Security Systems ECPEntry Control Point FARFederal Acquisition Regulation IDS Intrusion Detection System HIPAAHealth Insurance Portability and Accountability Act of 1996 KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out PMI Preventive Maintenance Inspection POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit TCNThird Country National PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES 3.1 Services: The Government will provide a Letter of Authorization (LOA) or orders for Contractor technician/s to obtain Installation access to perform contract requirements. The Government will provide use of recreational facilities, Base Exchange, commissary, post office, laundry, and gymnasium to the U.S. Contractor technician/s. 3.1.1 The Government shall provide access to the site 7 days a week, 24 hours per day. 3.1.2 The Government shall provide a circuit breaker or connection that is derived from generator power at the perimeter guard towers. This power connection is to supply power to the perimeter CCTV and IDS equipment. 3.1.3 The Government shall provide a circuit breaker for use of the head-end equipment for the Camp Arifjan system. 3.1.4 The Government shall provide interior storage space for sensitive electronic equipment and exterior space for bulk hardware such as conduit, fiber reels, and sensor cable reels. 3.2 Facilities: The Government will provide the necessary workspace for the contractor staff to provide the support outlined in the PWS to include desk space, telephones, computers, and other items necessary to maintain an office environment. The Government will also provide interior storage space for sensitive electronic equipment and exterior space for bulk hardware such as conduit, fiber reels, and sensor cable reels. 3.3 Utilities: The Government will provide all utilities in the facility available for the contractor's use in performance of tasks outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices and be responsible for operating under conditions that preclude the waste of utilities to include turning off water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment: N/A 3.5 Materials: N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 The Contractor shall furnish all supplies, equipment, facilities, and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 The contractor shall maintain the systems to ensure proper functionality. 4.3 The contractor shall possess and maintain a SECRET facility clearance from the Defense Security Service. The Contractor's employees performing work in support of this contract shall have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office. 4.4 The contractor shall use only new materials in the requirement unless otherwise stated in this PWS. 4.5 Contractor shall submit a request to obtain all appropriate permits required to fulfill the requirements of this PWS. The contractor shall not perform any work requiring the issuance of a permit prior to obtaining the required permit. 4.6 The Contractor shall remove all debris from the installation site and secure all material and equipment safely at the close of each work day. 4.7 The contractor shall meet or exceed all applicable Fire Safety standards set out by the ASG-KU DPW Memorandums, ASG Fire Prevention Standalone Supplement, USARCENT Electrical Safety Policy, NFPA 10, NFPA 72 Fire Alarm Code, NFPA 90A, and NFPA 101 Life Safety Code (Latest Edition). All deliverables shall use Eng. Form 4025. 4.8 The contractor shall provide the necessary food, water, sanitation, and transportation for its workforce. 4.9 The contractor shall obtain local Kuwait Sponsorship for all personnel assigned to the contract for the purpose of providing in-country legal representation, work visas, and resolution of other personal business or domestic matters, in compliance with Kuwaiti business and labor laws. The contractor shall comply with installations access policy and regulations. The contractor shall ensure that all personnel have the proper Kuwaiti visas and permits to work on installations in Kuwait. 4.10 The contractor shall meet the labor laws of the Government of Kuwait (GoK) as well as United States Department of Defense (DoD)/Labor (DOL) laws and regulations regarding the employment of Third Country Nationals (TCNs) on US Military Installations located outside the United States. 4.11 Defense Base Act (DBA) Proof of Insurance: The Contractor shall provide a policy of Defense Base Act Workers' Compensation to the Contracting Officer. The DBA requirement also applies to all subcontractors performing under this PWS. If a subcontractor is performing work under this PWS, the Contractor shall provide evidence of subcontractor's DBA insurance to the Contracting Officer. Absent submission of a subcontractor's DBA policy, the Contractor is required to provide the coverage for the subcontractor's employees and show proof of insurance. DBA Application is at Attachment 2 of this PWS. 4.11.1 The Contractor must obtain DBA insurance from a provider on the list at http://www.dol.gov/owcp/dlhwc/lscarrier.htm. Purchase of DBA insurance from any provider not on the approved list means that the contractual requirements of FAR 52.228-3 are not met. 4.11.2 If the expiration date of the policy is before the performance ends, the Contractor shall provide a new policy or renewal of existing policy to cover the remaining period of performance. 4.12 The Contractor shall keep posted in a conspicuous place in and about its place of business either a typewritten or printed notice on Forms LS-241 (Notice to Employees) or LS-242 (Notice to Employees for Self-Insured Employers). Such notice must also contain the name and address of the employer representative to who notice of injury is given, and the carrier, if any, with whom the employer has secured payment of compensation and the date of the expiration of the policy. Posted notice shall be written in the language of the employees. Additional information is available at http://www.dol.gov/owcp/dlhwc/lsdba.htm. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1 Basic Services: Provide an electronic security specialist technician eight (8) man-hours per day, five (5) days a week, for a 52 week period to cover Camp Arifjan, Camp Virginia and Camp Buehring, Kuwait for the repair and maintenance of the perimeter Electronic Security Systems (ESS), to include the Perimeter Intrusion Detection Systems (IDS), and Closed Circuit Television (CCTV) System. The electronics security specialist technician shall be located on Camp Arifjan. 5.2 Preventative Maintenance Inspections: The Contractor shall perform a Preventative Maintenance Inspection (PMI) for all perimeters ESS components at the three (3) month mark from the contract start date. The Contractor shall repair or replace any failed components with available spares. For additional components and systems found to be non-operational, the Contractor shall provide the necessary parts, to ensure proper functionality of the IDS and CCTV systems. Other PMIs shall be conducted at three (3) month intervals. All PMI work shall be performed during regular duty hours, Sunday through Thursday, excluding Federal holidays. 5.3 IDS Preventive Maintenance: Preventive Maintenance for perimeter IDS includes: visual checks of all console equipment, peripheral equipment, local processors, sensors, and electrical and mechanical controls; repair of console equipment, peripheral equipment, local processors, sensors, and electrical controls as needed; cleaning of system equipment, Field Distribution Boxes (FDBs), local processors and inspection of exterior surfaces; operational check, walk test, and calibration of each sensor; operational testing of perimeter zones, FDB tamper, and ensure associated CCTV call-up is correct; performance of all system software diagnostics and correction of all diagnosed problems; resolution of any outstanding problems; review settings and recalibrate as needed. 5.4 Perimeter CCTV Preventive Maintenance: Preventive Maintenance for perimeter CCTV includes the following: visual checks and operational tests of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, and picture quality from each camera; clean optics and housings of interior and exterior cameras; clean dirt and dust from console monitors, faceplates, blank plates and equipment front faceplates; inspect inside of camera housings for debris and moisture, clean as necessary; cycle power to cameras to induce self-test mode and identify discrepancies as necessary. 5.5 Emergency Service: Provide emergency repair service for all security equipment. Critical outage response shall begin within two (2) hours upon receipt of outage. The Contractor shall provide a point of contact and a 24-hour telephone number where the Government may initiate service requests. 5.6 Service Calls: The Contractor shall provide service call response and repair service for all the perimeter ESS components specified herein during normal business hours, 8am-5pm Kuwait time, Sunday-Thursday. Failure of any minor system components on weekends, recognized federal holidays, and after normal business hours shall be considered emergency service. Service personnel shall respond or be on-site, within two hours after the beginning of the next regular business day, for minor repairs to the systems. In the event of simultaneous calls for minor repairs, calls shall be handled on a first come, first served basis, unless the minor malfunction seriously impacts the normal operations of the facility. Minor repair issues are defined as system failures, which may cause a nuisance, but does not constitute a major lapse in system performance or coverage. Replacement items shall be pulled from on-site inventory. If the repair is not minor it will be determined by the USG. Minor items to be repaired are listed in 5.7, below. If the component is not listed, it will most likely be determined a major repair. 5.7 Additional perimeter ESS Improvements: Contractor shall provide and maintain additional minor security system improvements on a cost reimbursable basis subject to approval of the Physical Security Office. A cost proposal for perimeter ESS improvements shall be provided. 5.7.1 Perimeter ESS Maintenance Components for Camp Arifjan: The perimeter ESS systems currently in place and operating at Camp Arifjan and their subsystem components shall be covered by this contract upon award. Maintenance, repairs and emergencies shall also be provided for CCTV cameras 37 through 45 at ECP 1 and ECP 2. The following is a brief description of the Camp Arifjan equipment and spare parts for the perimeter ESS to include: (a)21 each: Defend IR-HD DI-7000 (30/90mm lens)-Defend IR Camera System including RS-422 interface, Pelco D Protocol, 60 ft. ICC Fantail Cable, BNC video Cable, Power Supply 24VDC, Lens Cleaning Kit, Rugged Transit case, standard 1 year warranty (b)each: 8 Port stackable KVM Switch (c)6 each: Power Connect 2224 unmanaged switch (d)24 each: Sensor Module for Stand- Alone or Network Operation PN# A3FG0101 (e)24 each: Sensor Module for Stand- Alone or Network Operation PN# A3FG0102 (f)1 each: Cable, SC1, 50 meter (g)1 each: Cable, SC1, 100 meter (h)1 each: Cable, SC1, 150 meter (i)1 each: Cable, SC1, 200 meter (j)2 each: Decoupler Kit, SC1 Stand alone, non-Network Version B4 (k)2 each: Decoupler Kit, SC1 Cable Network Version B4 (l)5 each: Termination Kit, SC1 Cable (m)188 each: Mini load Terminators (n)18 each: Zone end Supervisor (o)188 each: Exterior Lightning Arrestor (p)188 each: Gas pellet(for Lightning Arrestor (q)5 each: SC1 lead-in Cable 100 meter (r)5 each: SC1 Cable repair Kit (s)4 each: CM-9760 KDB Keyboard (t)4 each: CM-9700 VCC cards (Video Camera Cards) (u)4 each: CM-9700 VMC cards (Video Monitor Cards) (v)1 each: Network controller board Senstar (w)1 each: CM-9760 -CDU-T (x)4 each: PRO-Tech Sensors (y)1 each: Ethernet Switch 48 Port 1 GIG (z)5 each: EOL(End Of Line) Cables (aa)4 each: D-7600-SS-E Switch 10/100/1000 MPS. (bb)24 each: D-7600-SS-X Switch 10/100 MPS. (cc)2 each: D-1325-R3-2 Fiber drivers (dd)2 each: D-1325 RS-485 Fiber driver (ee)3 each: Pelco RS-422 Code Converter (ff)17 each: Power Supply 48 VDC (gg)26 each: Altronix Power supply 28 VAC (hh)5 each: D-1030 Rs232/RS422 Transceiver (ii)94 each: Net 300 Receivers (jj)55 each: Net 300 Transmitters (kk)8 each: Bravia 46 inch monitors (ll)24 each: Spectra 4 Cameras (mm)7 each: 8100 DVR (nn)3 each: Senstar server (oo)30 each: Transformer (pp)15 each: Ferrups 850VA 240 VAC 50HZ (qq) 24 each: 12 VDC Batteries for the UPS's (rr)65,000 Feet: 72 Core Freedom fiber (ss)20 each: Single mode Fiber patch cords ST to SC 2 Meter (tt)10 each: Single mode Fiber patch cords ST to ST 1 meter (uu)20 each: Single mode Fiber patch cords ST to ST 3 meter (vv)10 each: Single mode Fiber patch cords SC to SC 1 meter (ww)20 each: Single mode Fiber patch cords SC to SC 3 meter (xx)24 each: DI-7000 PAN Boards. 5.7.2 Theater Field Confinement Facility (TFCF) CCTV Components: The Camp Arifjan TFCF has 35 cameras and associated equipment inside the facility and 23 cameras and associated equipment for the exterior of the facility. Equipment includes the following: (a)32 each: Pelco day/night cameras (b)3 each: Pelco PTZ day/night cameras (c)2 each: 24V AC PSU with 16 outputs (d)2 each: 24 Channel 1,000GB Hard Drives (e)2 each: 19 quote mark Monitor/Cabinet with cooling fans (f)4 each: 18.5 quote mark Remote Monitors (g)1 each: 6K VA Rack Mount ECP (h)1 each: 2K VA Rack Mount Admin (i)2 each: 24 Channel 1,000GB Hard Drives (j)4 each: 20TB Backup System (k)23 each: C10DN-7X Outdoor Fixed Camera (l)2 each: SD435-F-EO-X Outdoor PTZ Camera (m)1 each: IS90-CHV9X Indoor Fixed Camera (n)1 each: KBD-300A PTZ Control Keyboard (o)1 each: MSC16-20B 24V AC PSU with 16 outputs (p)1 each: UPS 10KVA with 1 hr backup (q)1 each: Rack for LCD/DRV/Matrix (r)3 each: 21 quote mark LCD MDL# 22LD330-TA 5.7.3 Perimeter ESS Maintenance Components for Camp Buehring CCTV Components: The Camp Buehring has 21 cameras and associated equipment on the perimeter. Equipment includes the following: (a)21 each: L-3 day/night cameras (b)2 each: 24V AC PSU with 16 outputs (c)2 each: 24 Channel 1,000GB Hard Drives (d)2 each: 19 quote mark Monitor/Cabinet with cooling fans (e)4 each: 18.5 quote mark Remote Monitors (f)1 each: 6K VA Rack Mount ECP (g)1 each: 2K VA Rack Mount Admin (h)2 each: 24 Channel 1,000GB Hard Drives (i)4 each: 20TB Backup System (j)23 each: C10DN-7X Outdoor Fixed Camera (k)2 each: SD435-F-EO-X Outdoor PTZ Camera (l)1 each: IS90-CHV9X Indoor Fixed Camera (m)1 each: KBD-300A PTZ Control Keyboard (n)1 each: MSC16-20B 24V AC PSU with 16 outputs (o)1 each: UPS 10KVA with 1 hr backup (p)1 each: Rack for LCD/DRV/Matrix (q)3 each: 21 quote mark LCD MDL# 22LD330-TA 5.7.4 Perimeter ESS Maintenance Components for Camp Virginia CCTV Components: The Camp Virginia has 15 cameras and associated equipment on the perimeter. Equipment includes the following: (a)15 each: LG day/night cameras (b)2 each: 24V AC PSU with 16 outputs (c)2 each: 24 Channel 1,000GB Hard Drives (d)2 each: 19 quote mark Monitor/Cabinet with cooling fans (e)4 each: 18.5 quote mark Remote Monitors (f)1 each: 6K VA Rack Mount ECP (g)1 each: 2K VA Rack Mount Admin (h)2 each: 24 Channel 1,000GB Hard Drives (i)4 each: 20TB Backup System (j)23 each: C10DN-7X Outdoor Fixed Camera (k)2 each: SD435-F-EO-X Outdoor PTZ Camera (l)1 each: IS90-CHV9X Indoor Fixed Camera (m)1 each: KBD-300A PTZ Control Keyboard (n)1 each: MSC16-20B 24V AC PSU with 16 outputs (o)1 each: UPS 10KVA with 1 hr backup (p)1 each: Rack for LCD/DRV/Matrix (q)3 each: 21 quote mark LCD MDL# 22LD330-TA 5.8 ECP-1 / 2 CCTV Equipment: Preventative, repairs, and emergency maintenance shall also be provided for Camp Arifjan CCTV equipment at ECP 1 and 2 that is monitored at buildings 314 and 216. 5.9 Spare Parts: The Contractor shall utilize available spares to maintain the perimeter ESS in a state of readiness that allows for parts repair and return from the manufacturer. 5.10 Security Requirements: The Contractor electronics security system technician will require a SECRET clearance. 5.11 Technical Certification requirements: The Contractor electronics security system technician is required to be Manufacturer trained/certified on the following: A.Pelco large matrix systems 9760,80, or 9790 B.Vindicator VCC and Vindicator IDS Systems C.Senstar Stellar Permitrax Systems SC1 D.ICX DI-7000 Cameras. Technician/s must be certified by ICX to replace Pan Boards, and Bore sight DI-7000 Cameras. E.Ferrups 850VA 240 VAC 50HZ UPS's (testing/repair training is recommended). 5.12 CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also know as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year or as stated in the delivery schedule of the contract. 5.13 Progress Inspections: The Government shall inspect the work from time to time in order to ensure adequate progress and to examine the quality of the Contractor's work. The Government shall note any deficiencies and notify the Contractor in writing. Contractor shall not enclose or cover any work prior to inspection by DPW and/or the Fire Department. The Government can inspect any of the work for contract compliance (e.g. fire, safety, electrical, etc...) at any point during the work. Any deficiencies noted shall be corrected by the contractor prior to the COR's acceptance of the tents. 5.14 Warranty: All components provided or installed by the contractor shall have a one (1) year warranty. This excludes acts of Government negligence, acts of war and acts of nature. Any additional warranty offered shall be incorporated into the contract. The contractor shall provide a 24 hours/day, 7 days/week point of contact for warranty issues. The contractor shall replace and/or repair issues that are identified within the warranty period that are identified to the contractor by the COR or KO. The contractor shall respond to all warranty issues within 4 hours of COR or KO notification and fix all deficiencies within 48 hours of notification. The contractor's warranty shall include parts, labor, and associated transportation and shipping costs. 5.15 Contractor's warranty period shall commence upon Government acceptance of the work. 5.16 Synchronized Pre-Deployment Operational Tracker (SPOT) General: The Contractor shall ensure all the employees of the Contractor and all Subcontractors are registered in the Synchronized Pre-Deployment and Operational Tracker (SPOT) program. Contractor shall input the necessary information into SPOT within 5 days after contract award. The reporting will be done manually or on a designated website as directed by the Contracting Officer. The required information includes: (1) CAGE Code for Vendor/Company that employee works for; (2) Name of Vendor/Company that employee works for; (3) First Name of Employee; (4) Last Name or Surname of Employee; (5) Middle Initial; (6) Gender of Employee (Male or Female); (7) Date of Birth of Employee (mm/dd/yyyy); (8) City in which the Employee was born (Nearest City); (9) Country in which the Employee was born; (10) Foreign Identification Number; (11) Social Security Number (If US Citizen); (12) Passport Number of Employee - Optional; (13) Passport Expiration Date of Employee - Optional (mm/dd/yyyy); (14) List Country that issued the Passport - Optional; (15) Primary Email Address of Employee or Company; (16) Is Employee Armed - (Optional); (17) State the name of the contracting effort the employee will be working on (example: Victory Base Housing Construction); (18) Employee start date on contract (mm/dd/yyyy); (19) Employee estimated end date on contract (mm/dd/yyyy); (20) Employee actual arrival date at location for contract (mm/dd/yyyy); (21) Country that the employee will be working; (22) City closest to where the employee is working; (23) Employee's Job Title; (24) Contract Number; (25) Associated Task Order Number (If Applicable); (26) Primary Supporting Organization (Eg. 410th). 5.17 Monthly Updates: In addition to the initial submission of the above information, the contractor shall provide monthly updates to personnel changes as required. If a new employee is added, the above information (numbers 1 through 26) shall be completed about the new employee and submitted to the Contracting Office via the monthly update. Employees that depart will be noted on the monthly update. 5.18 Manual Reporting: If directed to submit data manually, a spreadsheet will be provided to the contractor by the Contracting Office via email for completion of the 26 data fields for each employee. The contractor shall provide the data within 30 days after date of contract. Monthly updates will also be completed manually. The contractor shall submit the initial SPOT data fields identified above (numbers 1 through 26) as well as the monthly updates to the following by 25th of every month: usacc.contractor.documents@kuwait.swa.army.mil. Do not submit this information outside of the spreadsheet that will be provided the contractor unless directed by the contracting officer to submit to the SPOT website. When using the SPOT website, the contractor will be required to set up a reporting account. 5.19 Sexual Assault and Sexual Harassment Policy: The contractor shall comply with and ensure all employees comply with the Sexual Assault and Sexual Harassment Policy outlined in Attachment1 of this PWS. 5.20 Misconduct: The contractor shall inform its employees in writing of the applicable laws to include prohibitions on alcohol, weapons, and recording devices. The Government retains jurisdiction over all misconduct on US camps in Kuwait to include any offense committed by contractor employees. 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. Useful reference documents for contractors working with the US Government are available at http://www.aca.army.mil/ Federal Joint Ethics Regulation (JER) 5500.7-R is available at www.dod.mil/dodgc/defense_ethics/ethics_regulation/ ASG documents are available upon request through the COR. Overseas Environmental Baseline Guidance is available at www.dtic.mil/ USARCENT Electrical Safety Policy Federal Acquisition Regulations are available at www.arnet.gov/far/ AR 385-10, Army Safety Program Kuwaiti Ministry of Electrical Work is located at the Ministry of Electricity and Water Building, South Al Sourra Street Ministries Area, P.O. Box 12, Kuwait Safat 1300, Kuwait. The MEW telephone number is +965 2537-1000; FAX +965 2537-1420/1/2; its e-mail is webadmin@energy.gov.kw and the MEW website is www.energy.gov.kw. National Fire Prevention Association Standards are available for viewing at www.nfpa.org. NFPA 70: National Electric Code is available for viewing at www.nfpa.org ASG Fire Prevention Standalone Supplement ASG-KU Engineers Procedural Memorandum No. 2 - Heating, Ventilation, and Air Conditioning (HVAC) Systems (NOTE: paragraph 6 is not applicable) ASG-KU Engineers Procedural Memorandum No. 3 - Fire Alarm and Suppression System Standardization ASG-KU Engineers Procedural Memorandum No. 4 - Door Schedules, Hardware, and Locking Mechanisms (NOTE: Any reference to Sargent brand is not applicable. Paragraphs 10, and 11 are not applicable) Department of Public Works Memorandum No. 11, Environmental Requirements. ASG-KU DPW Memorandum #11 shall be adhered to. (NOTE: The attachment quote mark Environmental Requirements for Contracted Scopes of Work and Performance Work Statements quote mark is not applicable) ASG-KU Engineers Procedural Memorandum No. 5 - Utility, Road, and Parking Lot Repair and Construction. In the event that applicable governing regulations and/or directives conflict, the more stringent of the governing regulations and/or directives shall take precedence. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.Attachment/Technical Exhibit List: 7.1Technical Exhibit 1 - Performance Requirements Summary 7.2 Technical Exhibit 2- Deliverables Schedule 7.3 Attachment 1- Sexual Assault and Sexual Harassment Policy 7.4 Attachment 2- DBA Application (Upon Award) _____ The Government plans to award Firm Fixed price (FFP) and Cost Reimbursable (CR) Contract Line Item Numbers (CLIN) contract utilizing the Lowest Price Technically Acceptable source selection procedures in accordance with FAR 15.101-1. The evaluation factors include Technical (GO/NO-GO) and Price. The Technical factor will be rated as GO/NO-GO. Offerors who do not receive a GO rating for the technical subfactors, and an overall GO rating for the Technical factor will not be further evaluated and will not be eligible for award. Only those proposals that are determined an overall quote mark GO quote mark in Technical will be further evaluated in the Price factor. The Government will not rate or rank proposals, but will select the proposal that provides the best overall value to the Government based on the lowest total evaluated price of those offers deemed technically acceptable. Technical Proposal shall address the Resources Plan subfactor, Transition Plan subfactor, and Maintenance Plan subfactor. These subfactors will be evaluated on a Go/No-Go basis. If an offeror fails to achieve a quote mark Go quote mark rating on any of the three subfactors, it will receive a No-Go for Technical and will not receive further consideration for award. 1.The Resources Plan shall be specific, detailed and complete enough to clearly and fully demonstrate that the offeror has the resources and/or the ability to recruit and retain the necessary staffing levels needed to meet the requirements at PWS to perform this mission. The Resources Plan shall fully demonstrate the offeror's plan of operation to successfully accomplish the requirements of the PWS. 2.The Transition Plan shall detail how the offeror will prepare their company to become fully operational. The transition plan shall identify any technical or management issues that may impact transition and provide a mitigation plan for those technical or management issues. The transition plan shall include schedules and milestones which support a transition period not exceeding 14 days, to be fully operational by 26 March 2013. 3.The Maintenance Plan shall be specific, detailed and complete enough to clearly and fully demonstrate how the offeror will successfully provide the repair and maintenance requirements of the PWS for Perimeter CCTV maintenance Inspections and Preventive Maintenance, IDS Preventive Maintenance, Emergency Service, Service Calls, ESS Improvements, and Perimeter ESS Component maintenance; and complete all the requirements of the PWS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c20077afe24b5aefc84ab00f575c85f)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-RK Rock Island IL
Zip Code: 61299-6500
 
Record
SN02947755-W 20121214/121212235039-3c20077afe24b5aefc84ab00f575c85f (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.