Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598

United 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