SOLICITATION NOTICE
63 -- CCTV SECURITY SYSTEM UPGRADE - 10RFP0206 - SOW
- Notice Date
- 6/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Federal Acquisition Service, Region 8 (8Q), Denver Federal Center, Building 41, Room 145, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- GS08T10RFP0206
- Archive Date
- 7/3/2010
- Point of Contact
- Pamela Fay Ballard, Phone: (303) 236-8000 x2119
- E-Mail Address
-
pamela.ballard@gsa.gov
(pamela.ballard@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for a Firm Fixed Priced (FFP) CCTV SECURITY SYSTEM UPGRADE in accordance with FAR Part 12 and Part 16, 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. Reference number GS08T10RFP0206 is issued as a Request for Proposal (RFP). All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. NAICS code - 561621 - SECURITY SYSTEMS SERVICES Small Business size standard is $12.5 million. This procurement is set aside for award to [Small Business]. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. OVERVIEW OF REQUIREMENT: The General Services Administration - Federal Acquisition Services (GSA/FAS) contracting on behalf of the Defense Information Systems Agency (DISA) has a requirement for an upgrade to an existing Phillips System4 Server DVX1 CCTV security system at their DECC Dayton facility. A site visit will be held on Thursday June 10, 2010. All interested parties are encouraged to attend. Attendance is not mandatory nor does it factor into the evaluation. GSA is expected to make an award within 30 days after solicitation close. The Government reserves the right to award based on proposals without negotiations, at its own discretion. It is the Offeror's responsibility to monitor the EPS site at www.fbo.gov for the release of any amendments. Any questions regarding this solicitation should be directed to Pamela Ballard, (303)-236-8000 x 2119 or Pamela.Ballard@gsa.gov. SITE VISIT INSTRUCTIONS: 1. Solicitation Site Visit A site visit will begin at 9:00am on June 10, 2010, during which contractors may obtain a better understanding of the work required. Contractors are strongly urged to attend this site visit to fully inform themselves about the location and conditions under which the work is to be performed. All questions raised and not addressed, following the conclusion of the site visit, must be submitted in writing to the Contracting Officer no later than 2 working days after the site visit (June 14, 2010). A record of the site visit and answers to the questions submitted will be distributed to all contractors as an amendment to the solicitation. Contractors are cautioned that, notwithstanding any remarks or clarifications given at the site visit, all terms and conditions of their GSA Schedule contract and this Task Order apply unless changed in writing by the Contracting Officer. 1.1 Proposed Site Visit Itinerary 9:00am - Meet interested contractor representatives at Building 271, Wright-Patterson AFB, OH. (Sign in and escort to DISA Conference Room) 9:15am - Project Overview presentation by DISA Facilities 10:00am - Escort group to see the current CCTV equipment and facility layout 11:00am - Return to Conference Room for Question and Answer Session 12:00 Noon - Conclude Site Visit 1.2 Visit Authorization Request Requirements A Visit Authorization Request (VAR) Letter is required for all individuals requesting visitor access to the facility. The request must be on file with the DECC DAYTON Security Office at least 24 hours PRIOR (COB June 8, 2010) to the actual date of the site visit. Requests may be faxed to (937)257-0965. DESCRIPTION OF REQUIREMENTS: Contractor is to furnish all material, labor, equipment, and supervision to accomplish CCTV SECURITY SYSTEM UPGRADE located at the DECC Dayton Facility. Project includes the replacement of cameras and monitors with new digital video surveillance camera. SECURITY CLASSIFICATION REQUIREMENT: Performance under this contract will involve access to work in a secure area. All contractor personnel required for on-site performance shall have a current National Agency Check with Local Agency Checks and Credit Checks (NACLC) security clearances (or higher) prior to submission of a quotation. EVALUATION AND FACTORS: Award shall be made to the Contractor whose system provides the best value to the Government. The Government will evaluate proposals based on the following factors - Technical Capability, Past Performance, and Price. Technical Capability shall have a greater value than Past Performance. Technical Capability when combined with Past performance shall be approximately equal in importance to price. If all things considered are equal, price shall be the determining factor. TECHNICAL CAPABILITY will be evaluated to determine if the proposal meets the specifications of the Statement of Work and addresses each of the items numbered items identified under FAR 52.212-1, Instructions to Offeror. Contractor must have strength in the type of installation, specifically including having performed similar work under similar security conditions. Proposal meeting all the evaluated areas will be more favorably rated. Proposals that do not meet the technical qualifications will be evaluated neither favorably nor unfavorably. Past Performance and Price shall not be evaluated on proposals that are determined technically unacceptable. PAST PERFORMANCE will be evaluated to determine the overall quality of the products and services provided to determine the degree of Experience in successfully providing comparable systems for the same or similar types of applications (in scope or complexity). References may be queried to determine if past performance, 1) exceeded expectation, 2) meet expectations, or 3) failed to meet expectation in the areas of quality of equipment, timeliness of delivery, and perceived customer satisfaction. Contractors demonstrating a higher level of successful past performance in the evaluated areas will be more favorably rated. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information from other sources. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. PRICE will be evaluated based on total price, inclusive to determine if the proposal is fair and reasonable. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. Contractor should ensure that their proposal constitutes their best offer in terms of both price and the technical solution being proposed. PROVISIONS and CLAUSES applicable to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors shall comply with instructions contained in FAR 52.212-1, which is supplemented per following addenda: Offerors shall submit their quotation on company letterhead stationery, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the Offeror. Proposal must provide the following: 1) Number of labor hours/rates, 2) List of materials/price, 3) Brief technical summary of the work to be performed (provide sufficient detail as to evaluate compliance with the requirements in the attached statement of work, 4) Timeline of work to be performed, 5) Terms of any expressed warranty, 6) Any discount terms, 7) Name, address, point of contact of technical reference(s) (maximum 3 - for similar work performed in the last year) 8) Acknowledgement of solicitation amendments (if applicable). 9) Total price FAR 52.212-2, Evaluation -- (a) Commercial items shall be used. The Evaluation as Commercial Items applies to this acquisition and that the Government will award a contract resulting from this solicitation to the responsive responsible Offeror whose technically acceptable proposal conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Best Value. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end, Offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website ( http://orca.bpn.gov/publicsearch.aspx ). FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items June 2009 Deviation. FAR 52.203-6, Restriction on Subcontractor Sales to the Government, Alternate I; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52-222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-54, Employment Eligibility Verification FAR 52.225-5, Trade Agreements; FAR 22.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) -This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon written request, the primary point of contact will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ or http://farsite.hill.af.mil/farsite_alt.html ADDITIONAL CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7, Central Contractor Registration. FAR 52.204-8, Annual Representations and Certifications. FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.232-23, Assignment of Claims. FAR 52.237-1, Site Visit GSAM 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (Jul 2003) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: GSAM 552.229-70, Federal, State, and Local Taxes GSAM 552.232.25, Payment (Nov 2009) (Deviation FAR 52.232-25 ) Contract financing arrangements will not apply. Service Contract Wage Statement for this area is: WD 05-2419 (Rev.-9) www.wdol.gov PROPOSAL SUBMISSION: Proposals are required to be received in the contracting office no later than 3:00 P.M. MST on Friday, June 18, 2010. All proposals must be emailed or faxed to the attention of Pamela Ballard, Contract Specialist(Contractor). The fax number is (303) 236-6024. If faxing please call (303) 236-8000 x2119 and leave a message or email Pamela.Ballard@gsa.gov prior to transmission. CONTRACTING OFFICE ADDRESS: GSA/FAS Region 8 Denver Federal Center - Bldg 41, Room 145 P.O. Box 25526 Denver, CO 80225-0526 PRIMARY POINT OF CONTACT: Pamela Ballard, Contract Specialist (Contractor) pamela.ballard@gsa.gov Phone: 303-236-8000 x2119 Fax: 303-236-6024 SECONDARY POINT OF CONTACT: Heidi Sawyer, Contracting Officer heidi.sawyer@@gsa.gov Phone: 303-236-5032
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2422504d89f328603e431c8cb3598fb0)
- Place of Performance
- Address: DISA Enterprise Computing Center, Wright Patterson AFB, OH, Dayton, Ohio, United States
- Record
- SN02166953-W 20100605/100603234720-2422504d89f328603e431c8cb3598fb0 (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 |