Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
MODIFICATION

63 -- Security System (Ordinance Rd) - Amendment 1

Notice Date
1/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-PA1016
 
Archive Date
1/27/2010
 
Point of Contact
Robert L. Jones, Phone: 410-762-6798, Nichol Fitzpatrick, Phone: 410-762-6433
 
E-Mail Address
Robert.L.Jones1@USCG.MIL, Nichol.A.Fitzpatrick@USCG.MIL
(Robert.L.Jones1@USCG.MIL, Nichol.A.Fitzpatrick@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Q&A Final for HSCG40-10-Q-PA1016 This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-10-Q-PA1016 applies, and is issued as Request for Proposal. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This procurement is a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 561621 and the business size standard is $12.5M. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (vi) The US. Coast Guard has a need for installation of an access and security system for the Asset Project Office (APO). This leased facility is approximately 25,000 square feet, located in an existing commercial space with rental tenants on either side of the space. The building has windows on the east and west sides. There are 3 access doors on the east side and 5 access doors on the west side. (See Attachment) Access System The Coast Guard is seeking a proximately card system for 5 entry doors. The remaining doors, with the exception of the main office door, shall be fitted with emergency door hardware allowing for emergency egress only. The main office door opens into a waiting area, with a glass window with the office secretary can access. The interior door in the waiting area space shall be fitted with a proximately card reader, and remote access from two locations within the office (secretary desk, and alternate's desk). The contractor shall provide all necessary hardware for the card system, include and computer platform necessary for system management. In addition, provide 300 cards, set-up and program the system to support all current occupants of the system, provide step-by-step set-up, operation, and maintenance instructions and provide (3) one-hour training sessions to select staff on operation of the management software. Security System The Coast guard is seeking a security system for the occupied space. This system shall be monitored 24/7 and will alert when the space is entered by unauthorized persons. A minimum of two keypads shall be provided with this system. The contractor shall provide all necessary hardware for the system, in addition, set-up and program the system, provide step-by-step set-up, operation, and maintenance instructions and provide (3) training sessions to select staff on operation of the system. EVALUATION CRITERIA: ***AWARD WILL BE BASED ON CONTRACTOR’S ABILITY TO MEET THE DELIVERY DATES AND PRICE. ABILITY TO MEET DELIVERY DATES IS SIGNIFICANTLY MORE IMPORTANT THAN PRICING FACTORS COMBINED*** (vii) Place of performance is: APO Baltimore 711 E. Ordnance Rd, Baltimore, MD 21226. WALKTHROUGHS WILL NOT BE PERMITTED PRIOR TO AWARD SCHEDULE REQUIRED: Performance NLT 02/03/10. Completion NLT 02/05/10. Failure to specify acceptance of the delivery required will result in immediate disqualification (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items outlined (vi), may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company’s complete mailing and remittance addresses 2) Discounts for prompt payment (if applicable) 3) Pricing for Equipment and Installation 4) Pricing for Annual Monitoring and Maintenance (Base + 4 Option Years) 3) Cage Code 4) Dun & Bradstreet number 5) Taxpayer ID number Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2009). The following clauses listed in 52.212-5 are incorporated: A. 52.219-6, Notice of Total Small Business Set-Aside (June 2003) B. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). C. 52.222-3, Convict Labor (June 2003)(E.O. 11755). D. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126). E. 52.222-21, Prohibition of Segregated Facilities (Feb 1999). F. 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). G. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). H. 52.222-54, Employment Eligibility Verification (Jan 2009)(E.O. 12989). I. 52.222-50, Combating Trafficking in Persons (Feb 2009). J. 52.225-1, Buy American Act—Supplies (Feb 2009)(41 U.S.C. 10a-10d). K. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). L. 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) M. 52.222-42, Statement of Equivalent Rates for Federal Hires. (May 1989) (xiii). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xv) QUOTES ARE DUE BY 2 PM EST on Tuesday, January 26, 2010. Quotes may be faxed to (410) 762-6008 or emailed to Robert.L.Jones1@uscg.mil. Vendors must confirm USCG’s receipt of their quotation. The Government will not accept questions after 2:00PM EST on January 22, 2010. (xvi) POC is Robert Jones, USCG Contract Specialist, 410-762-6798 ***THIS AMENDMENT MODIFIES THE SOLICITATION. PLEASE READ THE SOLICITATION CAREFULLY TO INSURE THE INFORMATION CONTAINED WITHIN IS CAPTURED FOR QUOTING PURPOSES.*** 1. THE CLOSING DATE FOR THIS SOLICITATION HAS BEEN EXTENDED TO 2 PM EST on TUESDAY, JANUARY 26, 2010. 2. THE REQUIREMENT STATING "The main office door should be time lockable" IS HEREBY DELETED FROM THE SOLICITATION. PLEASE MAKE CHANGES TO SUBMISSIONS AS NEEDED. 3. A Q&A DOCUMENT HAS BEEN UPLOADED AS AN ATTACHMENT. PLEASE REFERENCE IT FOR CLARIFICATION OF THE REQUIREMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-PA1016/listing.html)
 
Place of Performance
Address: Asset Project Office, 711 E. Ordnance Rd., Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02047814-W 20100124/100122235556-9cb2c11fd316518fc199704c30f04448 (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.