Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

J -- Maintain/Repair of Security Alarm System - Statement of Work

Notice Date
12/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-11-R-20004
 
Point of Contact
Jeanne M. Rossetsky, Phone: 6174943853
 
E-Mail Address
jeanne.rossetsky@dot.gov
(jeanne.rossetsky@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Letter to Lenel System International for Pricing Brand Name Justification Statement of Work This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. DTRT57-11-R-20004 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, Part 13.5, Test Program for Certain Commercial Items, and Part 15, Contracting by Negotiation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47 effective December 13, 2010. The NAICS Code is 561621, Security Systems Services, for which the Small Business size standard is $12.5M. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire Security Alarm Systems Maintenance and Repair Services. The requirements for these services are described in detail in the attached Statement of Work (SOW) (Attachment 1). The Government intends to award a Firm Fixed Price Contract with a base period from date of award through September 30, 2011 and four one-year option periods. The maximum period of performance (if all options are exercised) is from date of award through September 30, 2015. This procurement is a 100% set aside for Small Business. Award will be made to the lowest priced, technically acceptable and responsible Offeror. Note: A brand name justification for the Lenel Software is attached (Attachment 2). A letter to Lenel System International is attached for Offerors to use in order to receive pricing of the Lenel Software (Attachment 3). A site visit of the Volpe Center will be conducted on January 5, 2011 at 10:00 a.m. The Government will accept questions until 3:00 p.m on January 6, 2011. CLIN 0001, FY11 Security Alarm Maintenance and Repair, 8 mo, NSP; CLIN 0001AA, Equipment Maintenance and Repair, 8 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0001AB, Preventative Maintenance, 8 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0001AC, Programming, Training, Reporting, 8 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0001AD, Lenel License Fee, 1 ea Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0002, FY12 Security Alarm Maintenance and Repair, 12 mo, NSP; CLIN 0002AA, Equipment Maintenance and Repair, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0002AB, Preventative Maintenance, 12 moUnit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0002AC, Programming, Training, Reporting, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0002AD, Lenel License Fee, 1 ea Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0003, FY13 Security Alarm Maintenance and Repair, 12 mo, NSP; CLIN 0003AA, Equipment Maintenance and Repair, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0003AB, Preventative Maintenance, 12 mo, Hrs, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0003AC, Programming, Training, Reporting, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0003AD, Lenel License Fee, 1 ea Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0004, FY14 Security Alarm Maintenance and Repair, 12 mo, NSP; CLIN 0004AA, Equipment Maintenance and Repair, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0004AB, Preventative Maintenance, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0004AC, Programming, Training, Reporting, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0004AD, Lenel License Fee, 1 ea Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0005, FY15 Security Alarm Maintenance and Repair, 1 ea, NSP; CLIN 0005AA, Equipment Maintenance and Repair, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0005AB, Preventative Maintenance, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0005AC, Programming, Training, Reporting, 12 mo, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0005AD, Lenel License Fee, 1 ea Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker___________; CLIN 0006CLINS 0001-0006; Total Price tiny_mce_marker___________ Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. Addendum to 52.212-1(b)(4), in addition to proposed pricing, Offerors shall submit a written proposal that addresses technical merit/approach, work management, past performance and staffing in sufficient detail to enable the Government to evaluate compliance with the requirements in the solicitation. This technical capability shall consist of the following information in the solicitation. 1. Technical Merit/Approach a. A written explanation demonstrating the Offeror's technical understanding and approach to meet the requirements of the SOW effectively will be evaluated. In addition, each Offeror is required to explain the approach it would use in carrying out the required monthly maintenance to include schedule and process. b. The Offeror shall address the major technical and operational factors of the SOW, a high level assessment of the risks inherent in this type of work, and an explanation of an approach to minimize these risks. An example would be "Does the Offeror have replacement cameras/card readers in stock if either needs to be sent to the shop to be fixed?" c. The technical merit/approach portion of the written proposal shall not be more than 5 pages in length. 2. Work Management a. A written explanation demonstrating the Offeror's ability to properly manage and track the preventative maintenance of the secure access system each month. In particular, explain how Offeror will ensure the technician is not conducting preventative maintenance on the same components each month and neglecting other components. b. The work management portion of the written proposal shall not be more than five pages in length.   3. Past Performance a. The Offeror shall provide recently completed (within the last five years) project summaries, which briefly describe relevant experience. Each project summary should: (1) identify the customer (agency or client), the resources and cost expended, and the period of performance; (2) provide a brief description of the scope of the effort and a brief discussion of its relevance to this work; and (3) identify and discuss the involvement (if any) of the key personnel being proposed for each project summary. In addition, the Offeror shall provide for each project summary the following information: • Name of Government Contracting Officer Technical Representative (COTR) and Contracting Officer (CO) (or if citing non-Government example, name of customer POC); • Name, address, phone number, and, if applicable, e-mail address of the POC; • Contract Number (and if applicable Task/Delivery Order Number) b. If the Offeror has no relevant past performance history, it must affirmatively so state. Offerors with no relevant past performance history will not be evaluated favorably or unfavorably under this factor, in accordance with FAR 15.305. In the case of a relatively new firm (i.e., established within the last 18 months), the Offeror may submit past performance information for contracts on which its corporate management has performed, to supplement any past performance information for the firm itself. This shall be specifically noted in the proposal submission. c. In responding to this part of the written proposal, Offerors shall limit the response to approximately 2 pages per summary. 4. Staffing The success of the contract depends heavily on the staffing a. Each Offeror shall submit, at a minimum, resumes for each actual or potential employee working in the respective key personnel position (i.e., Senior Technician and Program Manager). b. The staffing portion of the written proposal shall not be more than five pages in length. The Government intends to award a contract without discussions and advises all Offerors to present their best prices in response to the solicitation. The Government reserves the right to open discussions and negotiate a contract. NOTE: All Offerors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. Solicitation Mailing Instructions: All proposals (original and three copies) and amendments shall be mailed to the below point of contact and address: U.S. DOT/RITA/Volpe National System Center Attn: Jeanne Rossetsky, RVP-32 Reference: Solicitation No. DTRT57-11-R-20038 55 Broadway Cambridge, MA 02142-1001 To facilitate proper handling of the offer/amendment, it is imperative that the outermost envelope/packaging that contains the offer/amendment be addressed as shown above. Packages must be clearly labeled with the solicitation number and with a statement that the contents are "Proposal Data - To Be Opened by Addressee Only." All proposals must arrive no later than 2:00 P.M. Eastern Standard Time, on January 21, 2011. The Government will not pay for any information received. Evaluation: FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) a. The Government will award a contract resulting from this solicitation to the lowest price, technically acceptable and responsible Offeror. The following factors shall be used to evaluate offers: Technical merit/approach, work management, past performance, staffing and price. Technical merit/approach, work management, past performance, and staffing (all carrying an equal value), when combined, are approximately equal to price. b. 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 options. c. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Representations and Certifications: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (AUG 2009). An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete paragraphs (c) though (n) of this provision. Contract Terms and Conditions: FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) is hereby incorporated by reference. Paragraph (u) is added to include the following FAR clauses: 52.203-3, Gratuities (APR 1984); 52.203-5, Covenant Against Contingent Fees (APR 1984); 52.203-7, Anti-Kickback Procedures (OCT 2010); 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double Sided on Recycled Paper(AUG 2000); 52.204-7, Central Contractor Registration (APR 2008); 52.223-6, Drug Free Workplace (MAY 2001); 52.223-14, Toxic Chemical Release Reporting (AUG 2003); 52.232-17, Interest (OCT 2010); 52.232-18, Availability of Funds (APR 1984); 52.232-23, Assignment of Claims (JAN 1986); 52.232-25, Prompt Payment (OCT 2008); and 52.242-13, Bankruptcy (JUL 1995). Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEC 2010) is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006) with Alternate 1 (OCT 1995); 9, 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); 11, 52.219-8, Utilization of Small Business Concerns (MAY 2004); 12, 52.219-9, Small Business Subcontracting Plan (DEC 2010); 13, 52.219-14, Limitations on Subcontracting (DEC 1996); 19, 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009), 20, 52.222-3, Convict Labor (JUN 2003); 22, 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 23, 52.222-26, Equal Opportunity (MAR 2007); 24, 52.222-35, Equal Opportunity for Veterans (SEP 2010); 25, 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 26, 52.222-37, Employment Reports on Veterans (SEP 2010); 31, 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010); 35, 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); (c)(1), 52.222-41, Service Contract Act of 1965 (NOV 2007); (c)(2), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989); and (c)(3),52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (SEP 2009). ATTENTION: The following notice is provided for information purposes for Minority Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The maximum line of credit is $750,000. with interest at the prime rate as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169. Internet address http://osdbuweb.dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-R-20004/listing.html)
 
Place of Performance
Address: DOT/RITA/Volpe National Transportation Systems Center, 55 Broadway, Cambridge, Massachusetts, 02142, United States
Zip Code: 02142
 
Record
SN02345996-W 20101218/101216234625-e573764a9e631a5be7ceb9c4c5c75405 (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.