|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598United States Property & Fiscal Office, Pennsylvania Army National
Guard, Department of Military Affairs, Fort Indiantown Gap, Annville,
PA 17003-5003 63 -- CENTRAL MONITORING EQUIPMENT DUE 061500 POC CW2 Richard Boger,
(717) 861-8687 or E-MAIL: contracting officer,
bogerrw@pa-arng.ngb.army.mil. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
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. The
solicitation as shown in this announcement is a Request For Proposal
(RFP). The items required include but are not limited to the contractor
to furnish and install a replacement non-proprietary system equal to or
better than the current ADT CentraScan 6000 Central Monitoring Station
at building T-7-5, Fort Indiantown Gap to monitor the sites on the
installation listed here: Bldg. 1-65, Red Horse; Bldg. 2-26, 271st;
Bldg. 2-26, 271st CSB; 5-116, Post Exchange; Bldg. 8-39, Education
Center; Bldg. 8-64, Counterdrug; Bldg. 10-83, ECS 24; Bldg. 10-104,
3622nd Maintenance Co.; Bldg. 11-69, USPFO Warehouse; Bldg. 11-91, TSO
Warehouse; Bldg. 14-118, Post Medical Clinic; Bldg. 16-145, EOD; Bldg.
19-1, USARC; Bldg. 25-5 ASP; Bldg. 25-6, ASP; Bldg. 25-12, ASP; Bldg.
25-17, ASP; Bldg. 25-18; AFT Container, ASP. The System that is
replaced shall interface with various manufacturers (i.e. ADEMCO,
Radionics, J-SIDS, Arrowhead, etc. These locations have Focus panels
that will require replacement. The replacement system shall include the
software and hardware to operate the monitoring station with a remote
workstation in DMVA. The proposals shall be evaluated on a "best value"
basis, whereas a trade-off process will be utilized to consider award
to other than the lowest priced offeror. Best value criteria is equally
as important as cost. Criteria in order of importance: 1)
method/beneficial features that provide benefit in quality or
performance capability; 2) performance time from receipt of award to
completion; 3) life cycle cost; 4) extended warranty protection. It
will be to the advantage of each potential offeror to provide
sufficient detailed information with their proposal addressing the best
value criteria for the Government to evaluate. The Government is
particularly interested in best value beneficial features as follows:
A system that is modular to the point that it would be expandable to
monitoring up to 200 additional alarm systems located in Armories
throughout the state. (Armories are located no further than 300 miles
away). Operating system software and basic application software shall
support the addition of the new features without replacement of either.
Contractors interested in this solicitation shall notify the
contracting office by fax (717) 861-8604, Attn: CW2 Richard Boger. This
is a small business set-aside. Business size is 7.0 million and the SIC
Code is 1731. Each contractor shall provide certification of CCR
registration with their request for the solicitation. All sizes of
businesses are encouraged to respond. However, set-asides rules will be
applied. Contractor shall include a completed copy of the provisions at
FAR 52.212-3 Offeror Representations and Certifications-commercial
items with its offer. The clause at 52.212-4 Contract Terms and
Conditions-Commercial Items applies to this acquisition. The provisions
at 52.212-1, Instructions to Offerors-Commercial Items applies to this
acqusition. The provisions at 52.212-5 Contract Terms and conditions
Required to Implement Statutes or Executive Orders-Commercial Items are
included and incorporated by reference; these clauses apply; 52.222-3
Convict Labor, 52.233-3 Protest After Award, 52-203-6 Restrictions on
Subcontractor Sales to the Government, 52.203-10 Price or Fee
Adjustment for Illegal or Improper Activity, 52.222-26 Equal
Opportunity, 52.222-35 Affirmative Action for special Disabled and
Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped
Workers, 52.225-3 Buy American Act- Supplies. Contractors shall provide
cost to supply and install a monitoring system equal to or better then
the existing system. Evaluation will be based on the criteria listed.
Contractors requesting a site visit shall contact CW4 James Fowler
(717)861-8617 to schedule a time during the week of 29 May 2000. Offers
shall be due 15 June 2000 no later then 1400 hours (2:00PM). If
additional information is required contact CW2 Richard Boger(717)
861-8687 or by fax (717) 861-8604. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-45. The Clin for the proposed contract is: item
0001 Lump Sum cost to furnish and install a replacement non-proprietary
system equal to or better than the current ADT CentraScan 6000 central
monitoring station at building T-7-5, Fort Indiantown Gap. Telephonic
requests will not be considered. All qualified contractors are invited
to bid. Bids shall be forwarded to: USPFO for PA, Purchasing and
Contracting, Room 242, Department of Military and Veterans Affairs,
Fort Indiantown Gap, Annville, PA 17003-5003, no later than 1400 hours
15 June 2000. See Note 1. Posted 05/09/00 (W-SN452922). (0130) Loren Data Corp. http://www.ld.com (SYN# 0279 20000511\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|