SPECIAL NOTICE
L -- Cipher Lock Services
- Notice Date
- 2/9/2016
- Notice Type
- Special Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Research Center, 503 Robert Grant Ave., Contracting Dept, Bldg 500, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- N6311616RQ0009
- Archive Date
- 3/9/2016
- Point of Contact
- Agnes M. Ramos,
- E-Mail Address
-
agnes.m.ramos.civ@mail.mil
(agnes.m.ramos.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a notice of intent to award a sole-source contract and is not a request for competitive proposals. However, if interested, Government shall consider all responses. Naval Medical Research Center (NMRC) intents to solicits a proposals and enter into a contract with COR Security Services, Inc, Escondido, CA. The statutory authority for this sole source procurement is 10 U. S. C. 2304(c)(1) per FAR 6.302-1(c). The NAICS code for this 561621. Naval Medical Research Center required that all contractors doing business with the Acquisition Office must be registered with System for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register to SAM, please access the following website https://www.sam.gov/. In order to register with SAM and to be eligible to receive an award from this acquisition office, all offerors must have a DUN & Bradstreet Number. A DUN & Bradstreet Number maybe acquired free of charge by contacting Dun & Bradstreet online at https://dnb.com/products/eupdate/requestOptions.html or by phone (800) 333-0505. STATEMENT OF WORK 1.0 TITLE "Cipher Lock Installation and Maintenance Support of NAVHLTHRSCHCEN Buildings" 2.0 GENERAL Naval Health Research Center (NAVHLTHRSCHCEN) has a requirement to provide service and maintenance support for the Omnilock 2000 locks currently installed on various buildings (see Enclosure 1 for buildings map) as well as install four (4) additional cipher locks. To keep the locks in working order, they will need to be serviced on a regular basis. The services required will be for cipher lock installation and maintenance services, phone and email support, access to the Online Knowledge Base, onsite troubleshooting and battery changes and parts for ninety-five (95) Omnilock 2000 series locks for a period of six months with an option to extend for two additional six-month periods. 3.0 REQUIREMENTS The Contractor shall provide all labor, tools, equipment, eye protection including prescription safety glasses, materials, supplies and parts, transportation and other incidentals necessary to install and perform maintenance services to cipher locks in accordance with all applicable State, Federal and Local codes and regulations. The Contractor shall be responsible for ensuring all services and parts provided under this contract are in accordance with the terms and conditions outlined herein and conform to the manufacturer's equipment specifications and this Statement of Work (SOW). Contractor shall provide maintenance services for the Omnilock 2000 lock system, which is a proprietary system manufactured by Stanley Security Solutions and is currently installed on all NAVHLTHRSCHCEN buildings. Contractor personnel shall adhere to DoD and Station/Base security requirements, NAVHLTHRSCHCEN lock and key control policies and procedures. Contractor must be fully licensed and bonded. Contractor company shall ensure all assigned contractor personnel complete relevant security requirements prior to the start of work. Service Requirements: Services will be provided during normal working hours (7:00 am - 4:30 pm) on an as needed basis. Services will be provided for all cipher lock doors. Services to maintain prompt and seamless access to and within the command include the following: 1. Installation of four additional cipher locks 2. Annual software upgrades. 3. Annual battery changing. 4. Unlimited phone and email support. 5. Access to the Online Knowledge Base. 6. Onsite troubleshooting (after phone and email support). 7. Omnilock 2000 series parts. 8. Emergency service response within one hour. 9. Travel to and from the site are at no additional direct cost to the government. 4.0 DELIVERABLES 1. Installation of four (4) cipher locks on NAVHLTHRSCHCEN Building 306 2. Six (6) months of cipher lock maintenance services with two six-month option periods. 3. Cipher lock parts as needed and authorized by the COTR during the period of performance. 5.0 GOVERNMENT FURNISHED MATERIAL/ INFORMATION None. 6.0 WORKING HOURS Unless specified otherwise, the Contractor may work on NAVHLTHRSCHCEN between the hours of 7:00 AM to 4:30 PM, Monday through Friday, excluding Government holidays. Work outside these hours requires Contracting Officer approval. Provide written request at least 15 calendar days prior to such work to allow arrangements to be made by the Government for inspecting the work in progress. 7.0 NOTIFICATION CONCERNING UNAUTHORIZED CHANGES TO THE STATEMENT OF WORK Changes to the statement of work require Contracting Officer approval. Acceptance of changes to the statement of work from an unauthorized individual shall be at the risk of, and shall be the sole responsibility of, the contractor or supplier. Acceptance of changes to the statement of work from an unauthorized individual may result in non-payment for services as cancellation of this agreement. 8.0 SECURITY This effort is Unclassified. Contractor/subcontractor employees requiring installation access to NAVHLTHRSCHCEN must obtain a Temporary Access Pass or enroll in RAPIDGate® for the installation. Regularly scheduled personnel should follow the Vendor Access guidelines of NAVHLTHRSCHCEN below: (1) Installation Security Access Requirements Contractor shall accomplish the security requirements below within 10 days after award or prior to performance under the contract. (2) Temporary Access Pass Requirements In order to obtain a Temporary Access Pass for access to NAVHLTHRSCHCEN, all personnel providing services under this contract shall be required to present the documentation below to the pass and decal office, as applicable: • Valid form of government-issued photo identification. • Social Security Number • Name and address of the agency or company requesting the visit. • Name and address of the command to be visited. • Name and contact number of government COTR. • Name (in full) of the employee, including title or position, for which the approval is requested. • Purpose and justification for the visit and the contract number must be furnished. For further information contact the Pass and ID Office at 619.553.9870 or nbplaccess@navy.mil. (3) Registered And Previously ID'd (RAPID) Gate® Requirements All personnel providing services under this contract are encouraged to enroll in RAPIDGate®. For further information call 1-877-RAPIDGate or visit http://www.rapidgate.com/. Access requires (in succession): • Individual Base Commander approval for vendor to access base. • Successful vendor RAPIDGate® company annual enrollment. • Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Contractor/subcontractor employees accessing NAVHLTHRSCHCEN are subject to station regulations. Inability to comply with security requirements resulting in non-performance of services may result in cancellation of this agreement. 9.0 PERIOD OF PERFORMANCE 6 months from date of award with two 6-month option periods 10.0 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) Gregory W. McCurtis Key Control Officer Naval Health Research Center 619.553.8813 gregory.w.mccurtis.civ@mail.mil 11.0 INVOICING INFORMATION Contractor shall be acquainted with Wide Area Work Flow (WAWF) as the final, approved invoices for each reporting period shall be submitted for payment via the WAWF site at https://wawf.eb.mil. Invoices for products delivered/services rendered under this contract shall be submitted via WAWF. Contractor shall be acquainted with the Material Inspection and Receiving Report (Form DD-250) as each invoice must have an accompanying Form DD-250 providing approval of the invoice from the COTR. Copies of Form DD-250 are available at http://www.dtic.mil/whs/directives/infomgt/forms/eforms/dd0250.pdf Invoices, packing slips and Material Inspection and Receiving Reports (Form DD-250) for services rendered under this contract will be forwarded to the COTR, Mr. Gregory W. McCurtis, electronically at gregory.w.mccurtis.civ@mail.mil with corresponding, completed Form DD-250 for review, approval and signature. COTR will return signed DD250 to contractor. All required documentation will be submitted at the end of the month where services have been rendered. Upon receipt of signed Form DD-250 invoices and packing slips shall be submitted electronically using the WAWF site at https://wawf.eb.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/788a19f2a6a8d334f1e15722d8cb2129)
- Place of Performance
- Address: Naval Health Research Center, 140 Sylvester Road, San Diego, California, 92106, United States
- Zip Code: 92106
- Zip Code: 92106
- Record
- SN04014298-W 20160211/160210042153-788a19f2a6a8d334f1e15722d8cb2129 (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 |