Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

63 -- The purpose of this solicitation is to provide maintenance on the equipment that was installed for the 23rd Bde security system (solicitation W91QF5-07-B-0002).

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACA, NRCC, Installation - Fort Lee, Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124, Fort Lee, VA 23801-1606
 
ZIP Code
23801-1606
 
Solicitation Number
W91QF5-07-B-0003
 
Response Due
8/1/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
N/A
 
Description
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.STATEMENT OF WORK (SOW) MAINTENANCE SERVICES FOR INTRUSION/SECURITY ALARM SYSTEM PURCHASED ON W91QF5-07-B-0002. 1. GENERAL: The Contractor shall provide all personnel, supervision, supplies , equipment, tools, parts, lubricants and transportation necessary to install, maintain and repair all equipment for each 23d Quartermaster Brigade (QM Bde) and/or subordinate units location as identified in building (3000, 3001, 3004, 3005, 3024, 3100, 3 101, 3108, 3118, 3206, 3700, 3701, 9300, 9303, and 9304). The contractor will reprogram each barracks so the security alarms do not report to the Provost Marshall Office. Program the Focus 200 control to provide the end user a master code which will add or delete codes for security operations. Eliminate all existing automatic arming and disarming schedules. The end user will arm and disarm the security system from the keypad. All reprogramming will take place at each of the Focus 200 control locations and the 23rd QM BDE COR and S2 representative head-end location. The contractor will label security alarm zones on site drawing for each barracks provided by 23rd QM BDE COR and S2 representative. The contractor will verify all existing security sensors at the Focus Control panel and label the site drawing accordingly. Provide 2 copies of the site drawing to the Brigade S2 and 1 copy to Installation Physical Security Office. 23rd Brigade will be responsible for maintaining security codes. This maintenance agre ement provides for scheduled maintenance as identified and unlimited unscheduled services, to include repair/replacement parts, cost of shipping parts, and travel at no additional cost to the Government. Contractor shall ensure that all equipment is in pro per operating condition according to manufactures specification. Equipment/parts that are electronically or mechanically attached and used with the equipment contained in the Equipment Summary are subject to the terms of this contract. 2. NOTIFICATION: Wi thin five days of contract award, the contractor shall provide the 23d Quartermaster Contractor of Representative (COR) and or designated representative(s) with a point of contact who shall make arrangements for its maintenance representative(s) to respond to service calls. The contractors representative shall check in with the brigade and subordinate units designated representative prior to performing any service and after completing all services under this contract. 3. APPOINTMENT: The COR and/or design ated representative will participate in the administration of this contract to ensure the contractors compliance with its technical requirements, including inspection and acceptance of the service for the government at the performance site. All service te chnicians will sign in and out on the brigades and subordinates units Daily Staff journal or Duty Officers Log (DA Form 1594). Service technician will then check in with the designated representative prior to performing any service and after completion of the job. Only the COR and /or designated representative are authorized to place calls against this contract. The contractors on-site point of contract will be the COR and/or designated representative(s). 4. PERSONNEL, SECURITY & SAFETY: Contractor pers onnel must be recognizable as such while at the brigade and/or subordinate units location. Identifying name tags, badges, or uniform name patches with employees name and companys name shall be worn by all employees in a conspicuous place on the exterior clothing. 5. WORK SCHEDULE: All work to be performed under this contract must be arranged in advance with the brigade and subordinate units designated represe ntative to prevent interference with patrons and normal operation of the command. With the approval of the COR and/or designated representative, the Contractor may work extended hours to ensure timely completion of work. 6. AVAILABILITY OF UTILITIES: Water and electricity are available at the job site and may be utilized by the contractor, at no cost, in quantities necessary to perform the work required herein. The contractor will be responsible for all necessary temporary connections and for disconnection of it upon completion of the work. 7. LOCATION OF WORK: On site work is required; however, in the event authorization is necessary to perform off site, the COR, the accountable officer, will complete DD Form 1149 for equipment that may be removed from the installation. The COR and/or designated representative will identify each piece of equipment by the make, model, serial number(s) and dollar value. The contractor will be liable for any and all loss/or damage to such Government equipment sustained while in contractors possession. The COR and/or designated representative will be the coordinator for both transactions. The COR and/or designated representative shall provide a copy of DD Form 1149 (with original signature) to the contractor for their security a nd responsibility in taking equipment off base/installation. Contractor shall provide, at their expense, for the loading and unloading of equipment. 8. CLEANING: Prior to departing the brigade and/or subordinate units area of operations, the contractor wi ll clean the work area of any material or debris, which results from performing this work. Additionally, clean all system equipment and local processors inside and out. 9. EQUIPMENT: Items of equipment (new or replacement) may be added to or deleted from t his contract by mutual agreement of the contractor and the contracting officer and shall be in writing via modification to this contract prior to any service being performed on it. The Government will not reimburse service performed outside the dates or sc opes of this contract. 10. UNSCHEDULED SERVICE CALLS AND REPAIR PARTS: Repairs beyond the normal scheduled preventive maintenance are considered unscheduled repairs. Contractor shall be responsible for all unscheduled repairs and associated parts. This Fu ll Burden approach, to include Preventive Maintenance and Unscheduled Service Call and parts, is incorporated in the cost of the line item listed for each location. 11. REPAIR SERVICES: Contractor shall provide all remedial repair services necessary to return malfunctioning equipment to good operating condition in accordance with manufacturers specifications and operating manuals. Contractor shall respond to service calls within four (4) hours after receiving notification by the COR and/or designated representative and shall complete repairs in a timely fashion but will not be responsible for delays associated to equipment delivery. Should a delay be identified, the c ontractor will inform 23rd QM BDE COR and S2 representative immediately of the delay and provide Ft Lee with an estimated time of delivery. Contractor will then make the repair within 24 hours of receiving the equipment. Contractor assumes no liability for the delays in installations and or services of the equipment or for consequences there from, however caused or for interruptions of service or for consequences there from due to strikes, riots, floods, acts of God and will not be required to supply servic e to the customer while interruption of service due to any such cause shall continue. Contractor will not be responsible for any extraordinary delays in access on post due to emergency measures. The contractor shall adhere to the brigades priority of wor k request and/or service orders. Additionally, the contractor is required to repair all necessary services to all equipment in a timely manner to prevent the Government from issuing a Contract Discrepancy Report (CDR), DA Form 5479-R, Nov 85. This r eport will note any discrepancies on any services provided by the contractor. Performance of a service will be evaluated to determine whether or not it meets the performance requirements of the contract. The contractor will be provided a copy of this repo rt in a timely manner by the contracting officer. Upon evaluation of the contractors response to a CDR for tasks surveyed by random sampling or 100 percent inspection, the contractors payment for the month in which performance in question occurred will, be calculated based on completion of service performed. The contractor, 23rd QM BDE COR and S2 representative will assess the evaluation to determine the cause of any non compliance to the contractual obligations. Based upon this evaluation, any deficiency in the service, the contractor will negotiate an alternative action deemed acceptable by the government. 12. EMERGENCY CALLS: Contractor shall respond to emergency service calls, 24 hours, 7 days a week, including holidays to establish a functional system within 6 hours given ready access to parts and equipment necessary to perform repair in a timely fashion. Should a delay be identified, the contractor will inform 23rd QM BDE COR and S2 representative immediately of the delay and provide them with an est imated time of delivery. Contractor assumes no liability for the delays in installations access on post due to emergencies, interruptions of service or for consequences there from due to strikes, riots, floods, acts of God, and will not be required to supp ly service to the customer while interruption of service due to any such cause shall continue. This also covers reprogramming of system due to failure, labor to troubleshoot and diagnose system problems, and labor to repair and/or replace defective and fai led parts, devices, and components of the systems covered under this contract. Prior to performing the actual work, the contractor will provide the COR and/or designated representative with an estimated cost breakdown of work required. Work will commence o nly after approval by the COR and/or designated representative. The contractor will immediately notify the COR if cost of the repair call exceeds the initial estimate. When parts must be back ordered, contractor will notify the COR, furnish a copy of suppl iers notification of back order, and provide and estimated date for completion of the work.13.PARTS/COMPONENT REPLACEMENT: Contractor shall cover unlimited replacement of all covered systems parts, components, devices, modules, and peripherals that fail due to normal wear and tear, natural phenomenon. This includes the cost of labor to install components, travel and mileage charges for service calls.14. CONTRACTOR CALLBACK: Monitoring of scheduled and unscheduled repairs will be accomplished on a 100% ins pection basis immediately after completion (this will normally be within one day of use). Contractor will supply the government representative with a service ticket to acknowledge and accept the repair. When the COR and/or designated representative determi nes the equipment does not operate properly, the contractor will be notified, this shall be considered a callback and the service shall be at the contractors expense. Response time for call back service shall be a maximum of 24 hours from the time the br igade contacts the contractor of the problem. 15. COMPLIANCE WITH ENVIRONMENTAL PROTECTION AGENCY (EPA) AND ASSOCIATED FEES: under Executive Order 13101, the contractor shall comply with all applicable EPA guidelines and procedures during the performance o f this contract. The contractor shall, without additional effort by or cost to the government, maintain and acquire all permits in accordance with local, state and federal regulations. The contractor is responsible for complying with local, state, and fede ral regulations concerning use, removal, transportation, handling, and disposal (off the installation) of oil, parts, or other hazardous waste items resulting f rom the performance of this contract. The government will assume no liability or responsibility for the contractors compliance or noncompliance with such responsibilities. The government shall reimburse environmental fees imposed on the contractor for per formance of services for unscheduled service calls only. Environmental fees for preventative maintenance shall be included in the PM cost. The contractor shall list all environmental fees as a separate item on the invoicing. 16. SERVICE TICKET: The contrac tor will furnish a prepared service ticket each time scheduled and/or unscheduled service is provided. Contractor shall invoice and be paid only for worked performed. Service tickets shall list all work performed and all parts used for each type of equipme nt. The service described on the ticket shall be validated by a signature of the COR and/or designated representative. 17. INVOICES: In addition to invoices sent to the address in block number 18a of the award; contractor shall submit one additional copy o f the invoice to the COR and/or designated representative. Contractor shall submit monthly. 18. QUARTERLY MEETING: The contractor shall, without additional effort by or cost the government, meet quarterly with the brigade and subordinate units designated representative within the brigade headquarters building. Coordination for this meeting will be made through the COR and/or designated representative. The purpose of this meeting is for the Contractor and the 23rd BDE to discuss any concerns pertaining to services performed in the contract, discuss any recommended changes to the contract, and assist the brigade in deciding to exercise Optional Years with the Contractor. SITE VISIT IS SCHEDULED FOR WEDNESDAY, JULY 18, 2007 at 9:00 A.M. Please meet at the Directorate of Contracting, 1830 Quartermaster Road, Building 7124, Fort Lee, VA 23801.
 
Place of Performance
Address: ACA, NRCC, Installation - Fort Lee Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124 Fort Lee VA
Zip Code: 23801-1606
Country: US
 
Record
SN01331690-W 20070701/070629231229 (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.