SOLICITATION NOTICE
J -- maintenance / service contract for the fire security system at the Miramar Brig in San Diego CA. This contract is for a base year and three option years.
- Notice Date
- 9/6/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024402T1088
- Point of Contact
- Jessica Dunker 619-532-2588 Contract Specialist @619-532-2588
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. FISC San Diego is announcing its intent to issue a directed sole source procurement to Integra Communications (previously U.S. Systems Inc.) under authority of FAR 6.302-1 for the following service: a maintenance / service contract on their existing fire security system. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as s upplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-1088 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DFAR Change Notices effective through 01/29/02. The standard industrial code is 7382 (561621) and the business size standard is $9 million. The agency need is for a maintenance / service contract on the fire security system at the Miramar Brig in San Diego CA. This contract shall consist of all the labor necessary to perform routine and emergency service calls. Additional service, inspections / testing plus training shall be in accordance with the statement of work. This contract shall be for a base year and three option years. The statement of work is as follows: The purpose of this service contract is to maintain the security (locking) control and fire reporting systems at the Naval Consolidated Brig, Miramar. The contractor shall supply all labor and material for the following items. a. Fire alarm and security reporting system b. Locking control system including panels c. Watch tour system d. Guard duress system e. Intercom system f. Paging system g. Staff duress system h. Master antenna and TV system i. Closed circuit surveillance system Definitions and coverage of services: a) Preventive maintenance: Includes routine system checks, labor for parts replacement, trouble shooting, etc. May include help from the Brig staff to accomplish work. Contractor shall provide the Brig's facility engineer with preventative maintenance schedule. Work exceeding the Quarterly estimate will be billed at the hourly rate for additional service. b) Emergency Service Call: Includes response within four (4) hours to correct any system failures that degrade the security or safety of the facility. Work exceeding that, which can be completed on the day of the initial call, will be billed at the routine service call rate if during normal working hours. c) Routine service call: Includes response within one working day to correct any system failures that degrade the security or safety of the facility. Work exceeding the quarterly estimate will be billed at the hourly rate for additional service. d) Training: Includes classroom and on-site training of Brig staff. Training will provide information on various aspects of the operation and maintenance of the systems and will note any changes made to the systems during the proceeding period. If all allowed time is no used for preventive maintenance or routine service, the excess may be used for additional training at the option of the Brig. e) Additional Service: The hourly rate to be charged for work over and above the estimated for preventive maintenance and routine and emergency service during normal working hours. This does not include time over runs for quarterly inspection and testing which will be the responsibility of the contractor. f) Quarterly System Inspection and Testing: Includes an operational check of the complete P.A. system and the intercom system. g) Semiannual System Inspection and testing: Includes the following services - 1) Complete test of the Duress System. 2) Complete test of the evacuation horns. 3) Complete check of all airflow switches. 4) Complete ch eck and test of the lockdown and emergency release system. 5) Test of the trouble alarm system. 6) Test of all backup batteries. 7) Test of one device in each Fire System Zone. 8) Check of the Closed Circuit Surveillance System. h) Replacement Parts (purchased): Includes replacement parts or repaired parts for system components that are procured from outside sources. These parts will be billed at the contractor's invoice plus the markup. Minor consumables, such as connectors, wire nuts, solder, lubricants, test materials, etc., are excluded from this definition and shall be considered as included as part of the labor cost. i) Replacement Parts (manufactured): Includes replacement parts or repaired parts for system components only which are manufactured, repaired or substantially modified by the contractor in his facility. These parts will be billed at the contractor's list price minus the markdown. j) Miscellaneous: 1) Replacement parts (purchased, repaired or manufactured) shall be charged separately from the labor cost. 2) Minor consumables, i.e. connectors, wire nuts, solder, lubricants, test materials, etc. will be charged and included in the labor cost. The Annual Level of Effort shall consist of the following: 1. Preventive Maintenance - 192 hours 2. Emergency Service - 16 hours 3. Routine Service - 96 hours 4. Training - 32 hours 5. Additional Service - 16 hours 6. Quarterly Inspections - 4 each 7. Semiannual Inspections - 2 each This requirement is for a fixed priced contract. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same war ranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements; 52.232-18, Availability of Funds and 52.232-19, Availability of Funds for the Next Fiscal Year. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote 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, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time 09-18-02, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note #22.
- Web Link
-
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
- Record
- SN00160236-W 20020908/020906213959 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |