Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
DOCUMENT

63 -- Wireless Panic Alarm System for Navy Medicine - Attachment

Notice Date
9/20/2012
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
Solicitation Number
N0025912T0945
 
Response Due
9/25/2012
 
Archive Date
10/24/2012
 
Point of Contact
Ryan Brown 619-532-9569
 
E-Mail Address
ryan.brown2@med.navy.mil
(ryan.brown2@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6, 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-12-T-0945. The closing date is September 25, 2012 @ 01:00pm Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 561621; Size: $12.5M. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following products: ***THE PAGE LIMIT FOR PROPOSALS IS 10 PAGES, 12 POINT, TIMES NEW ROMAN FONT. CONTRACTOR SHALL SEPERATELY IDENTIFY ALL DAVIS BACON ACT (CONSTRUCTION) LABOR ANTICIPATED DURING INSTALLATION.*** CLIN 0001 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for the Mental Health Adult Outpatient Clinic 26 Wireless devices to be utilized by staff in separate offices spaces. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ CLIN 0002 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for the Mental Health Inpatient Ward 1 West, 17 Wireless devices to be utilized by staff in separate offices spaces. 4 Roving wireless devices to be utilized by roving staff on the ward. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ CLIN 0003 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for the Mental Health Inpatient Ward 1 North, 8 Wireless devices to be utilized by staff in separate offices spaces. 4 Roving wireless devices to be utilized by roving staff on the ward. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ CLIN 0004 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for building 6 1st deck, Mental Health Directorate Suite, 12 Wireless devices to be utilized by staff in separate offices spaces. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ CLIN 0005 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for Building 6 3rd deck, Child Guidance Clinic, 33 Wireless devices to be utilized by staff in separate offices spaces. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ CLIN 0006 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for Miramar Mental Health Clinic, 6 Wireless devices to be utilized by staff in separate offices spaces. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ CLIN 0007 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for MCRD Mental Health Clinic, 5 Wireless devices to be utilized by staff in separate offices spaces. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ CLIN 0008 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for Naval Training Center (NTC) Mental Health Clinic, 4 Wireless devices to be utilized by staff in separate offices spaces. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ CLIN 0009 “ Wireless Panic Alarm System, Contractor to propose all parts and equipment for wireless panic alarm system for Naval Station 32nd Street (NAVSTA) Mental Health Clinic, 11 Wireless devices to be utilized by staff in separate offices spaces. 1 Main unit to be installed at the front desk. Refer to the statement of work for system installation expectations. Labor, parts, and materials to be quoted individually. Quantity: 1 Each. Price________ *****A mandatory site-survey has been schedule for Wednesday 19 September 2012 at 1:00pm PST. Questions will be addressed during this time. All interested parties must respond by 12:00 noon 18 September 2012 via email to ryan.brown2@med.navy.mil. Please respond with your complete name (and the names of others in your party), company name, vehicle make, model, and color. This information is required for base access. Directions to the site survey will be sent in reply. Contractors that do not attend the site-survey will not be considered for award. STATEMENT OF WORK PANIC ALARM SYSTEM INSTALLATION 9/20/2012 1.0 INTRODUCTION: All Mental Health patient care areas involving one on one patient interaction and inpatient areas will require a panic alarm system for staff and patients safety. The panic alarm system will be utilized to send an alarm to the Mental Health clinic front desk alerting the staff that there is an emergency situation in a designated location. The inpatient system will be standalone and all alarms will alert staff at the team station. All outline and internal clinic spaces require that the alarm alert be sent to their perspective Mental Health front desk. When an alarm has been received, Mental Health staff will be required to follow departmental policies and procedures for responding to panic alarms. 2.0 SCOPE: The contractor is required to provide all services, materials and equipment necessary for the installation of a Wireless Panic Alarm System located throughout the following nine (9) locations: 2.1 Naval Medical Center San Diego (NMCSD) 2.1.1 Mental Health Department, Adult Outpatient Clinic. 2.1.2 Mental Health Inpatient Ward 1 North 2.1.3 Mental Health Inpatient Ward 1 West, 2.2.4 Child Guidance clinic Bldg 6, 3RD floor. 2.1.5 Mental Health Directorate suite Bldg 6 1st floor. 2.2 Naval Station 32nd St (NAVSTA) Mental Health Clinic, 2.3 Marine Corps Recruit Depot Branch Clinic. 2.4 Marine Corps Air Station Miramar Branch Clinic. 2.5 Naval Training Center (NTC) Mental Health Clinic. 3.0 PERFORMANCE REQUIREMENTS: 3.1 Contractor shall provide and install an intelligent wireless panic system/medical staff response system that will provide an exact location. Wireless receiver and panic points shall indicate the exact location including offices, corridors/hallways, restrooms, and storage closets. 3.2 System shall also provide a detailed nature of the alarm condition. 3.3 System shall be wireless in nature and include all applicable wireless tracking software and wireless panic devices for the Medical departments and locations as referenced in Section 2.0. 3.4 Wireless Panic alarms will be carried by assigned staff and upon activation will report the exact location of the device. Upon activation the alarm shall annunciate (Both audible and customer English display) the proper alarm and send a signal to the designated front desk(s) and nursing station /response desk (s) for appropriate response. 3.5 Each response desk(s) will require the installation of an intelligent plain - English display and alert sounder that will display the exact location of the activated panic alarms which will include command and control features as well as acknowledgement, system reset, test, and system status. 3.6 Intelligent transceivers are required within each medical office to provide coverage of all points throughout each required area. 3.7 Because of the construction of our buildings, a signal repeater will be required. 3.8 Contractor to determine placement and location of the repeaters prior to job start. 3.9 Contractor shall provide system training for each medical clinic provided under this proposal. 3.10 Contractor will also be required to provide software license for all products and include a one year warranty on all products and labor (from completion of the system installation). 3.11 System shall be stand alone and not incorporated into any Navy networks. 3.12 Panic alarm device shall be removable (via Velcro, screws, or any other means) due to ever changing office furniture and office locations. 4.0 NMCSD CORRECTIVE MAINTENANCE REQUIREMENTS: 4.1 Provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacements are not necessary. 4.2 Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory. 5.0 TRAVEL AND RELATED EXPENSES: Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. 6.0 RESPONSE TIME: Contractor shall use commercially reasonable efforts to: 6.1 Respond by telephone to any report of a malfunction requiring repair. 6.2 Provide on-site support within a timely manner. 7.0 TITLE TO EQUIPMENT: Contractor shall not assume possession or control of any part of the equipment. The government retains ownership to title thereof. 8.0 LIABILITY: The Contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. 9.0 UTILITIES: The Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) that are available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment. 10.0 ACCESS TO EQUIPMENT: Contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on-duty personnel responsible for such equipment. 11.0 GOVERNMENT PERSONNEL: NMCSD employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor. 12.0 LABOR: All compensation for labor from the hours of 0800-1600. Local PST Time is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If service becomes necessary to be performed between 1600-0800, Mental Health Administration Office shall be notified prior to performance. Parts and materials: All compensation for parts and materials is included in contract price. 13.0 PARTS/SUPPLIES QUALITY: Parts and Supplies provided under this contract shall be new. 14.0 SECURITY REQUIREMENTS: Contractor will be required to contact the Mental Health Administration office to submit the required information to complete the NMCSD Security Pass Form by 1400 the day prior to the scheduled visit. (end statement of work) The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-99 - System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Past Performance: contractor shall provide two references of similar system installations within the past 3 years and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-41 Service Contract Act of 1965 (NOV 2007), 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989). 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.237-1 Site Visit (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (AUG 2012) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.239-7000 Protection Against Compromising Emanations (JUN 2004) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: 1) Technical Capability, 2) Past Performance: contractor shall provide two references of similar system installations within the past 3 years and 3) Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012). A Data Universal Number System (DUNS) number is required to register. Email your quote to ryan.brown2@med.navy.mil on or before 01:00pm Pacific Standard Time on 25 September 2012. Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0945/listing.html)
 
Document(s)
Attachment
 
File Name: N0025912T0945_SCA_Wage_Determination_San_diego.txt (https://www.neco.navy.mil/synopsis_file/N0025912T0945_SCA_Wage_Determination_San_diego.txt)
Link: https://www.neco.navy.mil/synopsis_file/N0025912T0945_SCA_Wage_Determination_San_diego.txt

 
File Name: N0025912T0945_COMBINED-SYNOPSIS_Panic_Alarm_092012.pdf (https://www.neco.navy.mil/synopsis_file/N0025912T0945_COMBINED-SYNOPSIS_Panic_Alarm_092012.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0025912T0945_COMBINED-SYNOPSIS_Panic_Alarm_092012.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 34800 Bob Wilson Dr., San Diego, CA
Zip Code: 92134
 
Record
SN02891246-W 20120922/120921000425-7ec044b0ea3a6038ae3603dad2292925 (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.