Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24, 2000 PSA #2733
SOLICITATIONS

63 -- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Notice Date
November 21, 2000
Contracting Office
Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010
ZIP Code
22134-5010
Solicitation Number
M67854-01-R-2011
Response Due
December 18, 2000
Point of Contact
Paul Johnson, 2033 Barnett Ave, Suite 315 Quantico, VA 22134-5010 (703) 784-5822 ext. 232
E-Mail Address
Click here to contact the contract specialist via (johnsonpc@mcsc.usmc.mil)
Description
The Marine Corps Systems Command intends to conduct a small business set-aside competition to procure the removal of an existing Corby Access Control physical security system and the installation of a Northern Access Control WINPAK physical security system for building 2032, with options for the same in buildings 2033 and 3041 in Quantico, VA. This procurement will be under the authority of FAR Part 13, Simplified Acquisition Procedures. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. When replying, reference solicitation number M67854-01-R-2011. NAICS Code is 56162. Small business standard size is $9.0 million. The base requirement is for building 2032 and is as follows: Contract Line Item Number (CLIN) 0001 The contractor shall install the Northern Access Control WINPAK system on twelve doors that will provide viable means to identify and track personnel authorized access to the building and deny access to those not authorized. This is to be integrated into the current WINPAK system which is centrally managed in the Security Program office located in the basement of building 2033. The installed system must be programmed for the ability to schedule users, a door or group of doors, including seven days of the week and holidays, different time to enter or open/lock doors with scheduled privileges is required with centralized reporting using state-of-the-art communications. CLIN 0002 Provide training for four government personnel and one complete copy of equipment documentation, including user reference literature, and all published updates for the equipment during a one-year period. CLIN 0003 Warranty and maintenance support including an emergency maintenance response time of less than 12-hours for twelve months from installation completion. Support will be conducted on site if required. CLIN 0004 Upon completion of installation the contractor shall provide a walkthrough and demonstration of the complete operating system at the site. CLIN 0005 (350) PVC Proximity Cards NC-PVCH4 made by HID with the identification number of HID0002A. All work for the base requirement is to be completed within 60 days of contract award. Option one, the requirement for building 2033 is as follows: CLIN 0101 The contractor shall install the Northern Access Control WINPAK system on six doors that will provide viable means to identify and track personnel authorized access to the building and deny access to those not authorized. This is to be integrated into the current WINPAK system which is centrally managed in the Security Program office located in the basement of building 2033. The installed system must be programmed for the ability to schedule users, a door or group of doors, including seven days of the week and holidays, different time to enter or open/lock doors with scheduled privileges is required with centralized reporting using state-of-the-art communications. CLIN 0102 Warranty and maintenance support including an emergency maintenance response time of less than 12-hours for twelve months from installation completion. Support will be conducted on site if required. CLIN 0103 Upon completion of installation the contractor shall provide a walkthrough and demonstration of the complete operating system at the site. All work is to be completed within 30 days of option exercise. The government may exercise the option anytime within 60 days of contract award. Option two, the requirement for building 3041 is as follows: CLIN 0201 The contractor shall install the Northern Access Control WINPAK system on four doors that will provide viable means to identify and track personnel authorized access to the building and deny access to those not authorized. This is to be integrated into the current WINPAK system which is centrally managed in the Security Program office located in the basement of building 2033. The installed system must be programmed for the ability to schedule users, a door or group of doors, including seven days of the week and holidays, different time to enter or open/lock doors with scheduled privileges is required with centralized reporting using state-of-the-art communications. CLIN 0202 Warranty and maintenance support including an emergency maintenance response time of less than 12-hours for twelve months from installation completion. Support will be conducted on site if required. CLIN 0203 Upon completion of installation the contractor shall provide a walkthrough and demonstration of the complete operating system at the site. All work is to be completed within 30 days of option exercise. The government may exercise the option anytime within 90 days of contract award. Offerors shall refer to the complete Statement of Work (SOW) available at www.marcorsyscom.usmc.mil/mcscctq/Psecurity/Statement of Work.doc prior to the submission of proposals. Site visits will be available by appointment only on 4 and 5 December 2000 by contacting the POC listed above. Offerors shall submit a written technical proposal which clearly illustrates how the contractor intends on meeting the requirement. The price proposal shall state the price per CLIN. A materials list with pricing should also be included with the price proposal. While the Government need not conduct discussions, the Government reserves the right to hold discussions if necessary. Contract award will be based on Best Value to the Government. The following apply to this acquisition; FAR 52.212-1, Instructions to Offerors Commercial Items (Aug 1999), FAR 52.212-4, Contract Terms and Conditions Commercial Items and addenda; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Aug 1996), FAR 52.212-5, Contract Terms and Conditions Required to -Implement Statutes or Executive Orders Commercial Items. SUBMISSION OF , OFFERS: All offers must be received within 25 calendar days of this notice. An original and one (1) copy of each offer shall be submitted to MARCORSYSCOM at the following address: Commander, Attn: CTQ2PJ, MARCORSYSCOM, 2033 Barnett Ave, Suite 315, Quantico, VA 22134-5010. Included in each proposal should be a completed copy of provision FAR 52.212-3, Offerors Representation and Certifications Commercial Items. Full text of these provisions may be accessed on-line at: http://farsite.hill.af.mil. All offerors must ensure that they are registered in the Central Contractor Registration. This is mandatory for the award of any DOD contract. To register, please go on-line to www.ccr2000.com.
Web Link
Click here to download a copy of the Statement of Work (http://www.marcorsyscom.usmc.mil/mcscctq/Psecurity/Statement of Work.doc )
Record
Loren Data Corp. 20001124/63SOL001.HTM (W-326 SN5072A9)

63 - Alarm, Signal and Security Detection Systems Index  |  Issue Index |
Created on November 21, 2000 by Loren Data Corp. -- info@ld.com