SOLICITATION NOTICE
D -- Maintenance of secuirty equipment located at Defense Distribution Center Corpus Christi, TX 78417.
- Notice Date
- 8/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3100-07-T-0008
- Response Due
- 8/25/2006
- Archive Date
- 12/31/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Distribution Center Susquehanna, New Cumberland, PA has a requirement for maintenance of security equipment located at the Defense Distribution Center Corpus Christi, TX 78417. The contractor shall perform the services in accordance with the Statement of Work. The equipment is located in various buildings and a list of buildings follows the Statement of Work. 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. This solicitation is issued as a Request for Quotation (RFQ). Reference Request for Quotation SP3100-07-T-0008. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARS Change Notice (DCN) 20060808. The associated North American Industry Classification System (NAICS) code is 561621 and the small business size standard is $11,500,000.00 and is a 100% set-aside for small business. Prices for the above identified service should be submitted in the following format: Clin Description Qty U/I U/P Total Period of Service is 1 Oct 06 thru 30 Sep 07 0001 Provide all necessary 12 MO material, labor, parts equipment and supervision to provide alarm monitoring and repair services for the security system at DDCT, Corpus Christi, TX 78419 For site visit contact Ruben Garz, 361-961-2085. Wage Determination No 94-2507 REV 27, dated 5/23/06 is applicable to this solicitation. The following FAR and DFAR clauses and provision apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 Instruction to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two (2) paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements cited in the solicitation. FAR provision 52.212-2 ? Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of the Request for Quotation. Award will be based on the proposal that provides the total lowest price for the above service and meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of past performance information that provides evidence that the contractor has a record which indicates the capability to perform these services. In response to this Request for Quotation, Contractors must submit a completed copy of the FAR provision 52.212-3, Offer or Representations and Certifications ? Commercial Items, (Alternate I), price quotation and past performance information. FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial items applies to this acquisition. FAR Clause 52.212-5 ? Contract Terms and Conditions required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: FAR 52.219-6 ? Notice of total Small business Set-Aside FAR 52.222-3 ? Convict Labor FAR 52.222-19 ? Child Labor ? Cooperation with authorities FAR 52.222-21 - Prohibition of Segregated facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disable 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, and Other Eligible Veterans FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Electronics Technician Maintenance WG-10 Step 2 $22.57 p/HR FAR 52.225-13 ? Restrictions on Certain Foreign Purchase FAR 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration FAR 52.232-36 ? Payment by Third Party DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 ? Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 ? Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provision are applicable to this acquisition: FAR 52.203-3 Gratuities All responsible small business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. RFQ due date and time is August 25, 2006, 3:00 PM Local time. Completed certifications at FAR 52.212-3, price quotation and past performance information may be submitted via one of the following methods: (1) E-mail to Elizabeth.wolf@dla.mil (2) Facsimile to 717-770-5689 (3) Mail to: Defense Distribution Center Acquisition Operations DDC-AB ATTN: Elizabeth Wolf 2001 Mission Drive Building 81 New Cumberland, PA 17070-5001 In accordance with the above date and time, failure to submit all of the above requested information may result in the quotation being eliminated from consideration for award. For additional information you may contact Liz Wolf, 717-770-7442 or e-mail Elizabeth.wolf@dla.mil. STATEMENT OF WORK Contractor will provide all labor, equipment, material, and technician to provide preventative maintenance (PM) service and unscheduled ?on-call? remedial maintenance (RM) service, as necessary, to assure continuous operation of all electronic access card readers. Contractor will be proficient in the use and programming of Northern Computers software WinPak 2.0 Release 3 as well as the Northern Computers alarm panels used at DDCT. Equipment to be maintained is located at the Defense Distribution Center Corpus Christi, Building 1846, 11, 22, 1857, 1812, 1869 A&B, Lot 550 and Lot 210, Naval Air Station, Corpus Christi, TX. Contractor shall perform all work ?on-site? at the location of each piece of equipment. Contractor will keep spare parts on hand that are necessary to assure the continuous operation of the electronic security system. Spare parts shall include, but not be limited to, magnetic locks, card readers, batteries, power supplies, multiplexers, DVRs, cameras, door contacts, motion detection devises, and any other parts necessary to maintain the integrity and operation capability of the intrusion alarms, Gates to Lot 550 and Lot 210 and surveillance cameras. Preventative Maintenance (PM) Service: Contractor will physically inspect and perform preventative maintenance service on gates to Lot 550 and Lot 210 and the complete ESS (Northern Computers alarm system) one (1) day each month. Contractor will physically inspect and perform preventative maintenance service on the CCTV system one (1) day each month. Preventative maintenance service will be performed during the government?s normal business hours, Monday through Friday, between the hours of 7:00AM and 3:30PM. Contractor will not be required to perform any type of routine monthly maintenance service outside normal business hours or on Saturday, Sunday, or any federal holiday. Monthly maintenance service will include: Check all wired screw terminals in each Northern panel and power supply panels, Approximately 800 terminals. Check all transformers voltage to all panels. Load test all backup batteries. Test all card readers. Test all alarmed areas to include duress alarms for proper alarm annunciation. Test Gates at Lot 550 and 210 for proper operation Supply a lift, to clean and Rain-X outdoor cameras. Clean indoor cameras as needed. Test camera head-in equipment for proper operation Check control monitor system to make sure that programming of cameras are operating properly. Supply a service ticket and written test report of the condition of all equipment. Check the Winpak database and perform maintenance as required. All preventative maintenance will be performed on a date agreed upon between the contractor and the depot security office. All monthly maintenance service must be scheduled in advance. Contractor?s service technician(s) will be required to ?check in? at the DDCT Visitor Control, Bldg 1846, upon arrival at the depot to perform service. Contractor will have all equipment returned to working order upon the completion of monthly service. There shall be no additional charge for equipment required to perform monthly maintenance service. Contractor will provide a record of monthly auxiliary power sources checked for the ESS. Remedial Maintenance. Contractor shall provide unscheduled (on-call) remedial maintenance service, as requested. All requests for remedial maintenance service will be placed verbally (called in) by DDCT Security Officer to acknowledge receipt of service call. Any telephone response to service call requests from the contractor is considered to be acknowledgement that a problem exists, not a response to service call request. Remedial Maintenance Response Time: Contractor shall respond to each request for remedial maintenance service within 24 hours after receipt of service call. Contractor?s service technician shall report to DDCT Visitor Control, Bldg 1846, upon arrival at the depot to perform service. All remedial maintenance service shall be performed during the government?s normal business hours, Monday through Friday, between the hours of 7:00AM and 3:30PM, excluded are Saturday, Sunday, or any federal holiday. Additional parts provided by the contractor beyond those required to be maintain by the contractor for remedial maintenance are billable. Invoices for parts must be broken down by part number, description, quantity, unit cost, and total amount. Emergency Maintenance: Contractor shall provide unscheduled (on-call) emergency maintenance service, as requested. Emergencies are defined as any failure of the alarm system or CCTV that would render DDCT inoperable, the inability to secure a DDCT facility, or the inability to secure a DDCT Restricted Area, or the inability CCTV to provide coverage of DDCT facilities or gates that fail to secure Lot 550 and Lot 210. All requests for emergency maintenance service will be placed verbally (called in) by DDCT Security Officer to acknowledge receipt of service call. Any telephone response to service call requests from the contractor is considered to be acknowledgement that a problem exists, not a response to service call request. Emergency Maintenance Response Time: Contractor shall respond to each request for emergency maintenance service within 2 hours after receipt of service call. Contractor?s service technician shall report to DDCT Visitor Control, Bldg 1846, upon arrival at the depot to perform service. If after duty hours, service technician may proceed to the affected area in need of service. Additional parts provided by the contractor beyond those required to be maintain by the contractor for emergency maintenance are billable. Invoices for parts must be broken down by part number, description, quantity, unit cost, and total amount. Service Ticket. Upon completion of any service provided under this contract, contractor is required to provide the DDCT Security Officer with a service ticket. Each service ticket must be signed by a government POC and shall include the following information: equipment service and location, time utilized to complete service, any parts utilized to complete service, data service call was completed, and name of contractor?s service technician. LISTING OF EQUIPMENT Bldg 1846, Room 204 & 204A Northern Computer for Access Control Color Printer for badges CCTV Monitors and three CPUs Multiplexer Color Camera for taking pictures 1 Keypad for intrusion alarm 4 Remote duress alarms 1 Airphone KB-3HRD 1 Matrix switcher 1 UPS for backup power 1 Oki Microcline 186 9 pin printer DataCard Image Card III Printer 2 Card readers 1 Matrix switcher Bldg 1846 3 Black & White stationary cameras 5 Color stationary cameras Intrusion devices on doors 2 Keypad for intrusion alarm Bldg 1846 WH 6 Color pan and tilt cameras (inside) 3 Color pan and tilt cameras (outside) 1 keypad for intrusion alarm Intrusion devices on doors 9 Card readers Bldg 11 2 Color pan and tilt cameras (outside) 2 Color pan and tilt cameras (inside) 1 Card Reader Bldg 1869A 1 Color pan and tilt camera (inside) 1869B 1 Color pan and tilt camera (inside) Bldg 1857 1 Black & White stationary camera (inside) 1 Color stationary camera (inside) 1 Color pan and tilt camera (outside) Intrusion devices on doors 2 keypads 2 Card readers Bldg 22 1 Color pan and tilt camera (inside) Motion and door contacts 1 keypad 1 Card reader Bldg 1812 1 keypad Motion and door contacts 2 Color pan and tilt cameras (inside) 1 Card reader
- Place of Performance
- Address: DEFENSE DISTRIBUTION CENTER CORPUS CHRIST, TX, 540 1ST STREET SE, CORPUS CHRISTI, TX
- Zip Code: 78419
- Country: UNITED STATES
- Zip Code: 78419
- Record
- SN01111128-W 20060812/060810220130 (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 |