Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2004 FBO #1074
SOLICITATION NOTICE

63 -- MAINTENANCE FOR WAPAC ENTRY CONTROL SYSTEM

Notice Date
11/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Northeast Area (OS:A:P:F:NE), 290 Broadway, 3rd Floor, New York, NY, 10007
 
ZIP Code
10007
 
Solicitation Number
TIRNE-05-Q-00010
 
Response Due
11/17/2004
 
Archive Date
12/1/2004
 
Description
IDS/ECS SYSTEM MAINTENANCE Hauppauge and Garden City IRS Posts of Duty STATEMENT OF WORK C.1 PERFORMANCE WORK STATEMENT- The contract shall provide all services required and equipment necessary for on-call and scheduled maintenance service for Government-owned intrusion detection system (IDS) and Synergistics WA-Pac entry control system (ECS) at the IRS Hauppauge Post of Duty, 1180 Veterans Memorial Hwy, Hauppauge, N.Y. 11788, and IRS Garden City Post of Duty at 107 Charles Lindbergh Blvd, Garden City, N.Y. 11530 as well as the WAPAC access control server located at 1040 Waverly Avenue, Holtsville, N.Y. 11742. The Contractor shall be required to furnish all labor, material, supplies and supervision necessary to perform services in accordance with all terms and conditions specified herein. The Contractor shall be required to keep all equipment described in Appendix A in good operating condition by providing for the testing, preventive maintenance, and remedial maintenance of all equipment, its devices and components. The contract shall include two one-year options to extend. The total duration of this contract, including any options, shall not exceed 3 years. C.2 SCHEDULE OF WORK TO BE PERFORMED- The work to be performed shall be as detailed herein. Specific responsibilities shall include testing, preventive maintenance, and remedial maintenance (repair). Arrangements for such work shall be made with the Contracting Officer's Technical Representative (hereafter referred to as COTR) or his/her designee. C.2.1 TESTING- a. The Contractor, upon receipt of Notice of Award or renewal, shall proceed at once to accomplish the testing of all of the system devices/components, and make all repairs and adjustments necessary to place the system in proper operating condition within ten (10) working days. b. In the presence of the COTR or verified by a certificate, the Contractor shall test all system devices/components at six months from award date or renewal to ensure that all systems are operating at optimum performance. Any defects discovered shall be promptly repaired and the equipment restored to normal operating condition not later than four (4) hours after the conclusion of the scheduled test. C.2.2 MAINTENANCE AND REPAIR- The Contractor is responsible for providing on-call maintenance and/or repair services with a four (4) hour response time. The principal period of maintenance/repair (PPMR) is eight (8) hours per day (8:00 a.m. - 4:00 p.m.), five (5) days per week (Monday to Friday), excluding Government holidays. Maintenance/repair shall be performed after notification that devices/components are malfunctioning or inoperative. Maintenance and repair services shall include all intrusion detection devices/components, and the WA-Pac entry control computer system and its related hardware components/devices. Maintenance and repair services shall not include electrical work external to the equipment, repair of damage resulting from accident, neglect, misuse, abuse, or causes other than ordinary use. The Contractor shall provide the Government with a designated point of contact and make arrangements to enable its maintenance and repair representative to receive such notification or provide an answering service or other continuous telephone coverage to permit the Government to make such contact. C.2.3 NON-CHARGEABLE MAINTENANCE/REPAIR ITEMS- There shall be no additional charges to the Government for: a. Replacement parts, unless such parts are required due to the fault or negligence of the Government, causes external to the equipment, or the Government elects to keep, destroy, or rework the original parts for security reasons. Defective parts, which have been replaced, shall become the property of the Contractor. b. Testing and/or preventive maintenance. c. Remedial maintenance which was begun during the Principal Period of Maintenance regardless of when the maintenance is performed. d. Time spent by the Contractor's maintenance personnel traveling either to or from the Hauppauge, Garden City, or Holtsville IRS offices when scheduled to perform preventive maintenance or repair. e. Time spent at the Hauppauge, Garden City, or Holtsville IRS Offices by any of the Contractor's maintenance personnel who are not able to perform maintenance or repair until the arrival of additional maintenance personnel and/or delivery of parts, etc. f. Time spent at the Hauppauge, Garden City, or Holtsville IRS Offices by any of the Contractor?s maintenance personnel who are not able to perform remedial maintenance (repair) as a result of contractor?s technical determination that the underlying cause is external to the covered equipment. g. Any repair or task that is not covered by this agreement for which prior written consent is not obtained from the IRS Contracting Officer?s Technical Representative (COTR). C.2.4. PREVENTIVE MAINTENANCE- The Contractor shall perform Preventive Maintenance on all devices/components of the existing intrusion detection system and entry control system to ensure that both systems are operating at optimum performance. In the presence of the COTR or designee, the following Preventive Maintenance tasks shall be performed at the intervals specified: (a) Six months from award or renewal date, thoroughly check all intrusion detection devices/components for proper operability/functionality and repair or replace as necessary. (b) Six months from award or renewal date, thoroughly check all entry control devices/components for proper operability/functionality and repair or replace as necessary. This includes maintenance of the WA-Pac server as well as the WA-Pac database. (c) Six months from award or renewal date, replace all batteries in the wireless duress buttons and all battery equipped local alarms with brand new batteries. (d) At manufacturer?s recommended intervals, all backup batteries for electronic panels and magnetic locks (if so equipped) shall be replaced with brand new batteries. C.2.5 REMEDIAL MAINTENANCE/REPAIR- a. In the event any entry control or intrusion detection devices/components fail to function properly, the Contractor shall respond within four (4) hours to any call for service from the COTR or his/her designee. In response to a call for service, the Contractor shall either complete the required repairs or temporarily install replacement equipment to make the system fully operational no later than eight (8) hours after arriving at the site. All temporary equipment shall be furnished by the Contractor, and shall provide the same functional capabilities as the equipment being replaced. b. The cost of remedial maintenance calls made during the PPM, including replacement of equipment, parts, material, labor and temporary replacement parts shall be a part of the Contract and shall be accomplished at no additional cost to the Government. c. All permanent equipment repair or replacement made under the terms of this Contract shall be made with new components identical to the original equipment or parts thereof. When not available, similar replacement parts of equal quality may be substituted in effecting repairs but only with the written approval of the COTR. CC.3 MODIFICATIONS AND REVISIONS- Should the Government cause modification to be made, or accessories or devices not covered by this Contract to be added or interconnected to equipment being maintained by the Contractor, maintenance service shall be supplied under mutual agreement between the Government and the Contractor. Should the alterations, additions and/or interconnections increase the maintenance costs to the Contractor, mutually agreeable arrangements with respect to maintenance charges shall be made. Charges for service and materials furnished by the Contractor to make Government sponsored specification changes will be billed to and paid by the Government. C.4 RESPONSIBILITIES OF THE GOVERNMENT- a. Government personnel will not perform maintenance or attempt repairs of the equipment while such equipment is under the purview of this contract unless agreed to by the Contractor. b. Subject to security requirements, the Government will provide the Contractor access to the equipment to perform testing, preventive and remedial maintenance service. For purposes of security and safety, Government personnel will remain on-site with the Contractor's service representative at all times during the performance of all testing, and preventive or remedial maintenance service. c. It will be the COTR or his/her designee's responsibility to notify appropriate BIRSC personnel and contract personnel prior to and immediately after performing any testing, preventive or remedial maintenance of any system components. However, the Contractor or his representative is responsible for ascertaining whether such notification has taken place prior to initiation of any work covered under the terms of this agreement. C.5 RESPONSIBILITIES OF CONTRACTOR- a. Testing and Preventive Maintenance schedules and procedures shall be submitted to the COTR for approval within 15 days after the effective date of the Contract. When devices must be tested or preventive maintenance is performed on an annual basis, these functions MUST be scheduled over a minimum of six-month period of time. Testing and preventive maintenance of devices with shorter frequencies may be scheduled as desired by the Contractor. The Contractor shall submit a quarterly report of all work accomplished during each month of the Contract period. The report shall catalog all items requiring work under this contract, their location and the date on which any work was performed. b. Qualifications including training and experience of personnel utilized by the Contractor for work specified under the terms of the contract must be certified in writing for the Contracting Officer (hereafter referred to as CO) or his/her representative. In those instances where a license or other certificate is required by local or state jurisdiction, it will be the Contractor's responsibility to provide personnel consistent with the requirements of those jurisdictions and the work being performed. c. All Contractor personnel who will work inside IRS occupied space must adhere to IRS prescribed visitor rules and regulations. d. All Contractor personnel who will work inside IRS occupied space may be required to undergo and pass a background investigation. Investigations shall be conducted by the Government. Contractor personnel that fail to pass background investigations will not be permitted to work in IRS occupied space. e. All Contractor personnel shall be required to sign-in and sign-out when performing any work covered under the terms of this Contract. At the conclusion of any visit, the Contractor shall submit to the COTR or his/her designee a detailed listing of the nature of the work performed and the devices/components on which this work was performed. Payment cannot be authorized unless this report, containing the signature and title of the COTR or his/her designee is submitted. This report shall be submitted in a format acceptable to the COTR. APPENDIX A, LIST OF COVERED ACCESS CONTROL EQUIPMENT: 50 Magnetic swipe card readers, 8 Magnetic locking devices and backup batteries, 42 Electric strike locking devices, 1 Touch/crash bar and electric strike combination (Garden City), 2 Override switches, 2 Pushbutton door releases, 14 Synergistic control panels/boards and batteries, 3 Modems/communications devices, 1 WAPAC Server Computer and associated WAPAC database (Holtsville), 15 System output points, 4 System input points, 3 Elevator relays/connectors (interconnections with the access control system only), All associated relays, transformers, power packs and batteries for above devices, All associated wiring for the above devices. LIST OF COVERED INTRUSION DETECTION EQUIPMENT: 10 Vista 50 Alarm Keypads, 17 Door alarm contacts, 12 PG 30 Door Alarms and batteries (Hauppauge), 3 ADEMCO control panels and associated communications devices, 3 Motion Detectors, 20 Glass break sensors, 40 Duress/panic transmitters and/or wired devices and batteries, All associated relays, transformers, power packs and batteries for above devices, All associated wiring for the above devices. Due to the constant fluctuations within the IRS work environment, the security devices cited above are subject to change with the office environment, thus the device counts are merely close approximates. It is recommended that interested vendors visit each facility for a site and component review prior to bid submission. The site visit shall be held on November 9, 2004 @ 10:00AM. All interested parties attending the site visit shall contact COTR, Ms. L. Hanley, (631)447-4814, at least three days prior to the above site visit date for security clearance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. REQUEST FOR QUOTATION QUOTE#: TIRNE-05-Q-00010 Request for Quotation of maintenance for both the WAPAC Entry Control System (ECS) & Intrusion Detection System (IDS) at the IRS Hauppauge and Garden City, New York Offices. Office Locations: Hauppauge: 1180 Veterans Memorial Hwy Hauppauge, NY 11788 Garden City: 107 Charles Lindbergh Blvd. Garden City, NY 11530 *Locations of WAPAC Access Control Server: 1040 Waverly Avenue Holtsville, NY 11742 Period of Performance shall be for one base year, and 2 option years. Base Year: 11/1/2004-9/30/2005 1st Option Year: 10/1/2005-9/30/2006 2nd Option Year: 10/1/2006-9/30/2007 At the time of the award, Disclosure & Privacy Act clauses shall be attached to said order. ***In order to do business with the Government, contractors must be registered in the Central Contractor (CCR) database. The website address is www.gov, and CCR helpline assistance center telephone numbers are (888)227-2423 and (269)961-4725. LINE ITEM 0001, DESCRIPTION- Maintenance for both the WAPAC Entry Control System (ECS) and Intrusion Detection System (IDS) at the Hauppauge and Garden City Posts Of Duty. Contractor is to ensure the continued and proper functionality of all components and devices in both of these systems by providing parts, labor, and periodic preventive maintenance as required by device manufacturer and/or above attached Scope of Work. QTY & UNIT PRICE, 11 MONTHS. TOTAL PER MONTH: $____________ TOTAL PER/MO. x 11 MONTHS: $____________ Period of Performance: 11/1/2004-9/30/2005 Request Quote for the following two option years: LINE ITEM 0002, DESCRIPTION- Maintenance for both the WAPAC Entry Control System (ECS) and Intrusion Detection System (IDS) at the Hauppauge and Garden City Posts Of Duty. Contractor is to ensure the continued and proper functionality of all components and devices in both of these systems by providing parts, labor, and periodic preventive maintenance as required by device manufacturer and/or above attached Scope of Work. QTY & UNIT PRICE, 12 MONTHS. TOTAL PER MONTH: $____________ TOTAL PER/MO.x 12 MONTHS: $____________ Period of Performance: 10/1/2005-9/30/2006 LINE ITEM 0003, DESCRIPTION- Maintenance for both the WAPAC Entry Control System (ECS) and Intrusion Detection System (IDS) at the Hauppauge and Garden City Posts Of Duty. Contractor is to ensure the continued and proper functionality of all components and devices in both of these systems by providing parts, labor, and periodic preventive maintenance as required by device manufacturer and/or above attached Scope of Work. QTY & UNIT PRICE, 12 MONTHS. TOTAL PER MONTH: $___________ TOTAL PER/MO. x 12 MONTHS: $__________ Period of Performance: 10/1/2006-9/30/2007
 
Place of Performance
Address: Internal Revenue Service, 1180 Veterans Memorial Hwy, Hauppauge, NY 11788, & 107 Charles Lindbergh Blvd, Garden City, NY 11530, , ,
Country: United States
 
Record
SN00702810-W 20041104/041102212150 (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 |
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.