SOLICITATION NOTICE
63 -- Security Systems Maintenance
- Notice Date
- 2/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
- ZIP Code
- 30341
- Solicitation Number
- D9D73AMAI03
- Response Due
- 2/18/2009
- Archive Date
- 3/5/2009
- Point of Contact
- Antonia M Ortiz,, Phone: 404-338-9217, Sandra Dubose,, Phone: 404-338-9221
- E-Mail Address
-
antonia.ortiz@irs.gov, sandra.dubose@irs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, FAC 2005-29 Amendment-1 (Jan 2009) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. This requirement is being synopsized as a full and open competitive acquisition under NAICS CODE 811219. The Small Business Size Standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a competitive purchase order shall be awarded as a result of this synopsis/solicitation. Evaluation Award shall be made without discussions unless the Contracting Offices determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on descending order of importance: (1)Technical Capability Contractor MUST have experience with Pro-Watch brand Access Control software and provide Certification or proof from the manufacture (Honeywell) stating that the company is authorized dealer. (2)Price (3)Past performance Options The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). SCOPE: Richmond Physical Security office is requesting the services of a licensed security contractor to provide a security system maintenance contract. The security maintenance contract will cover all aspects of the IRS security system located in the Richmond Federal Building. The contractor will provide maintenance on the IRS security system in Richmond, VA for a period of three years (base period and two options) beginning in FY 2009. 0001: Security Systems Maintenance Base Period: 03/01/2009 – 09/30/2009 Quantity / unit/ unit price / total 7 month@ $______= $_______ 1001: Security Systems Maintenance Option I: 10/01/2009 – 09/30/2010 Quantity / unit/ unit price / total 12 month@ $______= $_______ 2001: Security Systems Maintenance Option II: 10/01/2010 – 09/30/2011 Quantity / unit/ unit price / total 12 month@ $______= $_______ Note: Payment to be made monthly in arrears Contractor Requirements The contractor must be bonded and licensed to provide security system services and shall provide proof of contractor license. The security contractor shall have experience with all phases of access control, intrusion detection, duress and CCTV system. The contractor MUST have experience with Pro-Watch brand Access Control software and shall provide proof from the manufacturer (Honeywell) stating that the company is an authorized dealer of Pro-Watch. The Prowatch software is an exclusive license, and the selected vendor will need to acquire software and other peripherals for the IRS system. The contractor must have experience with other security hardware from security manufacturers such as Ademco, HID and Pelco. Security Services Required by Richmond Physical Security The maintenance contract will cover all emergency service calls with a 24 hour period after receiving the call from the IRS Physical Security office. Emergency service will be provided during the hours of 7 AM – 6 PM Monday through Friday. The contract will include parts and labor to correct normal wear and tear items. The security contractor will respond to all emergency service calls and will respond to the site within 24 hours. The contractor shall inform the IRS points of contact of the problem and provide a work order upon completion of the service work detailing the service work performed while on site The contract will also cover all related programming changes with the security system, including programming of all alarm signals from two panel sources; one panel on the 2nd floor and one panel on the 10th floor. These panels serve as the communications device to the Federal Protective Service in Philadelphia, the IRS monitoring station for all alarms. The contract shall also cover programming changes with the CCTV system to ensure that all four pan/tilt/zoom camera sequences are working in conjunction with the duress alarms in the TAC. The Richmond CCTV system is an event-driven system. The contract will cover system troubleshooting of the access control system computer in Richmond. The contract shall consist of monthly inspections on all aspects of the security system. The security contractor will coordinate the date and time of the inspection with the Physical Security office in Richmond at least 48 hours in advance. The inspections will cover all working components of the security system, including the following: •Card readers •Electric door strikes •Request-to exit sensors •Balanced magnetic switches for the IDS •Keypads •Duress buttons •Motion sensors •Control panels, including back up batteries, •Access control computer boards •CCTV system, including the digital video recorder •Strobe lights in CI •CCTV monitors •Digital Video Recorder (DVR) •Digital Multiplex Controller The security contractor will make any necessary adjustments to the system during the inspection period. System Inspection and Reports The security contractor shall provide inspection reports to the IRS Physical Security office in Richmond office to show the date and time of the inspection and the outcome of the inspections. The contractor will be required to verify the alarm information from the ProWatch system against the data received by the Federal Protective Service to ensure the validity of all alarms. The complete inspection reports must be received by the Physical Security office within one week after the test has been completed in full. The reports may be sent via e-mail or hand delivered to the Physical Security office. IRS 400 North Eighth Street Room 1A-21 ATTN: Physical Security Staff Richmond, VA 23219 Please note: The IRS will not provide parking for the security contractor. The contractor must provide parking for the company vehicle at their own expense. Limited parking is available near the building, but must be arranged through the General Services Administrative office at (804) 771-2101. Software Upgrades The contractor shall provide all software upgrades for the access control system. The contractor will load the software on the access control system, located in the Physical Security office. Before installing any new software versions, the contractor will take all necessary steps to back up any data before loading the software. High Security Areas There are two high security areas within the IRS: Criminal Investigation and T.I.G.T.A. The security vendor must be escorted by the IRS point of contact(s). The vendor’s access control card will not be used to enter this space at any time. IRS Relocation Projects Occasionally, the IRS Real Estate section will increase or decrease space within the building. The selected vendor will fully support all IRS Real Estate projects that will impact the access control system, duress system, intrusion detection system and CCTV system. The cost for additional hardware and relocation of security components will be negotiated outside the scope of the maintenance contract. The IRS points of contact will provide the scope of work for the project and related floor plans. The selected vendor will provide the IRS with a detail price estimate, including time and material to the IRS points of contact within the specified time frame. IRS On-site Contacts The primary contact for the service contract will be Tony Edmerson. He can be contacted at 804-916-8518. The back-up personnel for the Physical Security office are Monty Mumford (804-916-8529) and Sue Refvik (804-916-8543). All FAR Clauses and Provisions may be read at the following address:http://www.arnet.gov Offers shall include a completed copy of the provision 52.212-3, Offerors Representations and Certifications Commercial Items with their offers. The following clauses apply to this acquisition:52.212-1 Instructions to Offerors; 52.212-2, Evaluation; 52.212-4, Contract terms and Conditions Commercial Items; 52.212-5,Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items,52.232-33,Payment by Electronic Funds transfer-Central Contractor Registration. Please fax your quotes to 404-338-9233, by February 19, 2009, 12:00 pm eastern time, or mail to Internal Revenue Service 2888 Woodcock Blvd suite 300 Atlanta GA 30341. Attention: Antonia (Toni) Ortiz. No phone requests will be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b2fcea701d6351f3abaf4520fca79d23&tab=core&_cview=1)
- Place of Performance
- Address: Internal Revenue Service, 400 North Eighth St, Richmond, Virginia, 23219, United States
- Zip Code: 23219
- Zip Code: 23219
- Record
- SN01748454-W 20090213/090211215817-b2fcea701d6351f3abaf4520fca79d23 (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 |