Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
MODIFICATION

58 -- Alpine TX Security System Repairs - Attachment C

Notice Date
5/31/2013
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
20074126JAM
 
Point of Contact
Jon A. Massey, Phone: 3176144591, Matthew A. Korn, Phone: 3176144546
 
E-Mail Address
jon.massey@dhs.gov, matthew.korn@dhs.gov
(jon.massey@dhs.gov, matthew.korn@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment C Site Visit Request This Customs and Border Protection (CBP) requirement is being issued as a 100% Small Business Set-Aside. The NAICS Code for this solicitation is 561621 with a Small Business Size Standard of $19.0M. Customs and Border Protection intends to issue a Firm Fixed Price Purchase Order to perform Security System Repairs at the Alpine, TX Air Branch located at: Customs and Border Protection 3601 North Highway 118 Alpine, TX 79830 BACKGROUND: The current Security System, at the Customs and Border Protection (CBP), Alpine Air Branch was placed on line in July 2012. Soon after, the site was struck by lightning that compromised the security system. Repairs to the low voltage systems Closed Circuit Television (CCTV) and Intrusion Detection System (IDS) need to be performed to provide site security,, and installation of new surge and lightening protection including ground rods for electronic and security equipment in the Administration Building to prevent similar future incidents. Contractor shall replace in kind all non-working closed circuit monitoring and intrusion detection system to make security and alarm system operational. NVR recorder may be replaced under manufacturer's warranty. See attached Statement of Work (SOW) and Attachments A and B which includes estimated minimal replacement parts and supplies. Award shall be based on the low price-technically acceptable proposal submission. NOTE: Current equipment is as follows: 1. Security System Manufacturer: CISCO 2. Camera Manufacturer: Panasonic 3. NO of Cameras: 15/16 (estimated) 4. (1) Administration Building (2) Hangars GENERAL INFORMATION: Security System Repair, Alpine Air Branch, Alpine, TX: •1. Service Contract Act is applicable to his solicitation (note Alpine, Texas is in Brewster County and at the time of the issuance of this solicitation the General Wage Determination in effect is General Decision Number: TX130152 05/17/2013 TX152 (contractors are encouraged to visit www.wdol.gov to ensure the current Wage Determination is utilized in the preparation of their proposal submission). •2. Solicitation does not require a Payment or Performance Bonds. •3. Contractors shall submit, with their proposals a proposed repair solution to the security system at Alpine Air Branch, Alpine, TX. •4. Contractor proposals shall be submitted via e-mail to jon.massey@dhs.gov. •5. Contractor's proposals may be submitted on or before 1:00 P.M. (Eastern Time), Monday, June 24, 2013. •6. A Site Visit is to be scheduled June 4, 2013, at 10:00am local time (Central Time). The offeror is required to send an e-mail to the Contract Specialist on or before 1:00 P.M. Eastern Time, Friday, May 31, 2013 identifying up two (2) persons that will be attending the site visit (Include all information in the e-mail submission contained in Attachment C of the solicitation. •7. The purpose of the site visit is to allow all potential contractors' to familiarize themselves with the project and facility to aid in the preparation of proposals for submission. Questions shall not be answered during the site visit. Questions shall be submitted, via email only, to Jon Massey at jon.massey@dhs.gov. All questions and responses will be provided to all potential contractors. •8. The solicitation includes the following attachments: •a. The Statement of Work (SOW) - 3 pages •b. Attachment A - Alpine Air Branch CCTV and Intrusion Alarm Replacement Parts (1 page) •c. Attachment B - Alpine Air Branch Lightning Protection Equipment List (1 page) •d. Attachment C - Required Site Visit Request Attendee Information NOTE: Attachments A and B may only represent a partial list of system components that may need to be addressed by the contractor's in their proposal submission. Contractor shall include with their proposal submission a complete breakdown of the parts and labor required to completely address the repairs necessary, as a result of the lightning strike, in their proposal submission •9. The following are the Federal Acquisition Clauses that may be included in any contract/purchase order resulting from this solicitation. CONTRACTING OFFICER'S AUTHORITY (MAR 2003) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. [End of Clause] SUBMISSION OF INVOICES (JUN 2009) Copies of invoices will be submitted to the CO and COR by e-mail. To constitute a proper invoice, the invoice shall include all the items required by Federal Acquisition Regulation (FAR) 32.905 and the invoice shall be accompanied by a Progress Report form (to be provided after award or the contractor may provide an equivalent Progress Report form with approval from the CO). [End of Clause] Section C - Description/Specification Description of Work: •(a) NAICS Code : 561621 •(b) Small Business Size Standard: $19.0M •(c) The Contractor shall furnish all labor, material, equipment and supervision necessary to complete the Security System Repair at the Alpine Air Branch, Alpine, TX, 3401 N. Highway 118, Alpine, TX 79830 project for the Customs and Border Protection Project in accordance with the Scope of Work, this solicitation/contract, and Federal, State and Local laws. (d) All work must be coordinated around current operations and scheduled with the Contracting Officer's Representative (COR). Section D - Packaging and Marking This section is not applicable to this contract. Section E - Inspection and Acceptance Inspection(s) shall be performed by Internal Affairs (IA) Security Specialist as determined necessary by the Government. IA Security Specialist will inspect site for project completion in accordance with the SOW. Final Acceptance shall be performed by the Contracting Officer upon receipt of a favorable acceptance reccomendation by the Government's IA Security Specialist. Section F - Deliveries or Performance In accordance with the SOW and the Purchase Order (PO). Section G - Contract Administration Data GOVERNMENT POINTS OF CONTACT: Contracting Officer (CO): Richard L. Marino (317) 614-4584 Richard.marino@dhs.gov Contract Specialist (CS): Jon A. Massey (317) 614-4591 Jon.Massey@dhs.gov Contracting Officer's Representative (COR): Sean Nealy (757) 489-7058 a.sean.neely@cbp.dhs.gov Project Manager: Medi Givechian (949) 360-2182 Medi.givechian@cbp.dhs.gov 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the Contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of Clause) Section H - Special Contract Requirements 52.204-7 -- Central Contractor Registration (Dec 2012) (a) Definitions. As used in this provision- "Central Contractor Registration (CCR) database" means the primary Government repository for Contractor information required for the conduct of business with the Government. "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 CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the CCR database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the CCR database; and (2) 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 Offeror will be required to provide consent for TIN validation to the Government as a part of the CCR registration process. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror 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 offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror 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) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (End of Provision) Section I - Contract Clauses 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 request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses: http://www.arnet.gov/far/ & https://dhsonline.dhs.gov/portal/jhtml/dc/sf.jhtml?doid=111686 52.202-1 - Definitions (Jan 2012) 52.203-3 - Gratuities (Apr 1984) 52.203-5 - Covenant Against Contingent Fees (Apr 1984) 52.203-6 - Restrictions on Subcontractor Sales to the Government (Sep 2006) 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 (May 2011) 52.204-7 - Central Contractor Registration (Dec 2012) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.211-18 Variation in Estimated Quantities (Apr 1984) 52.215-2 - Audit and Records -- Negotiation (Oct 2010) 52.219-8 - Utilization of Small Business Concerns (Jan 2011) 52.219-11 - Special 8(a) Contract Conditions (Feb 1990) 52.219-12 - Special 8(a) Subcontract Conditions (Feb 1990) 52.219-14 - Limitations on Subcontracting (Nov 2011) 52.222-1 - Notice to the Government of Labor Disputes (Feb 1997) 52.222-3 - Convict Labor (June 2003) 52.222-4 - Contract Work Hours/Safety Standards Act Overtime Compensation. (Jul 2005) 52.222-6 - Davis-Bacon Act (Jul 2005) 52.222-7 - Withholding of Funds (Feb 1988) 52.222-8 - Payrolls and Basic Records (Jun 2010) 52.222-9 - Apprentices and Trainees (Jul 2005) 52.222-10 - Compliance with Copeland Act Requirements (Feb 1988) 52.222-11 - Subcontracts (Labor Standards) (Jul 2005) 52.222-12 - Contract Termination -- Debarment (Feb 1988) 52.222-14 - Disputes Concerning Labor Standards (Feb 1988) 52.222-15 - Certification of Eligibility (Feb 1988) 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52..222-23 - Notice of Requirement for Affirmative Action to Ensure Equal 52.222-26 - Equal Opportunity (Mar 2007) 52.222-27 - Affirmative Action Compliance Requirements for Construction (Feb 1999) 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) 52.222-36 - Affirmative Action for Workers With Disabilities (Oct 2010) 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) 52.222-38 - Compliance With Veterans' Employment Reporting Requirements (Dec 2001) 52.222-54 - Employment Eligibility Verification (Jul 2012) 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-5 - Pollution Prevention and Right-to-Know Information (May 2011) 52.223-6 - Drug-Free Workplace (May 2001) 52.223-11 - Ozone-Depleting Substances (May 2001) 52.227-1 - Authorization and Consent (Dec 2007) 52.227-2 - Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007) 52.228-2 - Additional Bond Security (Oct 1997) 52.228-5 - Insurance -- Work on a Government Installation (Jan 1997) 52.228-11 - Pledges of Assets (Jan 2012) 52.228-12 - Prospective Subcontractor Requests for Bonds (Oct 1995) 52.228-13 - Alternative Payment Protections (Jul 2000) 52.228-14 - Irrevocable Letter of Credit (Dec 1999) 52.229-3 - Federal, State, and Local Taxes (Feb 2013) 52.232-17 - Interest (Oct 2010) 52.232-23 - Assignment of Claims (Jan 1986) 52.232-27 - Prompt Payment for Construction Contracts (Oct 2008) 52.233-1 - Disputes (July 2002) 52.233-3 - Protest after Award (Aug. 1996) 52.233-4 - Applicable Law For Breach Of Contract Claim (Oct 2004) 52.236-1 Performance of Work by Contractor (Apr 1984) 52.236-2 - Differing Site Conditions (Apr 1984) 52.236-3 - Site Investigation and Conditions Affecting the Work (Apr 1984) 52.236-5 -Material and Workmanship (Apr 1984) 52.236-6 - Superintendence by the Contractor (Apr 1984) 52.236-7 - Permits and Responsibilities (Nov 1991) 52.236-8 - Other Contracts -- (Apr 1984) 52.236-9 - Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984) 52.236-10 - Operations and Storage Areas (Apr 1984) 52.236-11 - Use and Possession Prior to Completion (Apr 1984) 52.236-12 - Cleaning Up (Apr 1984) 52.236-13 - Accident Prevention (Nov 1991) 52.236-14 - Availability and Use of Utility Services (Apr 1984) 52.236-15 - Schedules for Construction Contracts (Apr 1984) 52.236-16 Quantity Surveys (Apr 1984) 52.236-17 - Layout of Work (Apr 1984) 52.236-19 - Organization and Direction of Work (Apr 1984) 52.242-13 - Bankruptcy (Jul 1995) 52.242-14 - Suspension of Work (Apr 1984) 52.243-4 - Changes (Jun 2007) 52.244-6 - Subcontracts for Commercial Items (Dec 2010) 52.249-2 - Termination for Convenience of the Government (Fixed-Price) (Apr 2012) 52.253-1 - C omputer Generated Forms (Jan 1991) 3052.209-70 - Prohibition on Contracts with Corporate Expatriates (Jun 2006) 3052.209-72 - Organizational Conflict of Interest (Jun 2006) 3052.222-70 - Strikes or Picketing Affecting Timely Completion of the Contract Work (Dec 2003) 3052.222-71 - Strikes or Picketing Affecting Access to DHS Facility (Dec 2003) 3052.242-72 - Contracting Officer's Technical Representative (Dec 2003)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/20074126JAM/listing.html)
 
Place of Performance
Address: Customs and Border Protection, 3601 North Highway 118, Alpine, Texas, 79830, United States
Zip Code: 79830
 
Record
SN03077201-W 20130602/130601000842-84cfb379a8aa4085575d923ac47ebbc5 (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.