Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2014 FBO #4543
SOLICITATION NOTICE

J -- Infant Security System relocation and expansion

Notice Date
5/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025914T0164
 
Response Due
5/12/2014
 
Archive Date
6/1/2014
 
Point of Contact
Joseph Bancod 619-532-6165
 
E-Mail Address
CONTRACT SPECIALIST
(joseph.bancod@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for Infant Security System relocation and expansion, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to McRoberts Security Technologies 46 Throckmorton Street Freehold New Jersey 07728-1945 under the authority of Far 13.106-1(b)(1). Justification: Under the authority of FAR 13.106-1(b)1,Sole source justification is based on McRoberts having proprietary ownership for supplies used in conjunction with the Infant Security devices that the government currently owned. Additionally, McRoberts provides specific maintenance plan required for this equipment and proprietary software updates. This is a solicitation for Services, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-14-T-0164 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 561621. Size $19.0 All interested bidders shall submit quotations electronically by email to Joseph.Bancod@med.navy.mil or by facsimile at 619-532-5596, attention Joseph Bancod. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 12th May 2014, 08:00AM Pacific Standard Time to be considered responsive. CLIN 0001: Existing System Removal McRoberts/Prosec Infant System Extended Description: Remove the following in accordance with the Statement of Work: Item# IE-Serv-MyChild Server; Item# IE-UPSX-Computer UPS Pwr Back-up; Item# TagLINK-Desktop Tag Management Item# AR3TL01-00-Application Software License; Period of Performance 15th May 2014-30th September 2014 CLIN 0002: New System Installs Extended Description: Provide and install the following in accordance with the Statement of Work. Period of Performance 15th May 2014-30th September 2014 CLIN 0002AA: Network Door Sys Pack Quantity 02 Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. SR3C01N Network Door Sys Pack Period of Performance 15th May 2014-30th September 2014 CLIN 0002AB: Electro Mag Locks Quantity 04 Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. IE390DEL Electro Mag Locks Period of Performance 15th May 2014-30th September 2014 CLIN 0002AC: Dome Cameras Quantity 05 Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. IS21-DWSV8S Dome Cameras Period of Performance 15th May 2014-30th September 2014 CLIN 0002AD: R4 Receivers Quantity 20 Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. SR4R01M R4 Receivers Period of Performance 15th May 2014-30th September 2014 CLIN 0002AE: TP Baluns Quantity 10 Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. SR4R01M TP Baluns Period of Performance 15th May 2014-30th September 2014 CLIN 0002AF: Power Supply for Cameras Extended Description: Power Supply for Cameras Period of Performance 15th May 2014-30th September 2014 CLIN 0002AG: Keypad-PIN 01 Quantity 01 Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. AR3KY01 Keypad-PIN 01 Period of Performance 15th May 2014-30th September 2014 CLIN 0002AH: Repeater Quantity 01Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. AR2NR01 Repeater Period of Performance 15th May 2014-30th September 2014 CLIN 0002AJ: iNM Network Manager Quantity 01 Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. 804A3101 iNM Network Manager Period of Performance 15th May 2014-30th September 2014 CLIN 0002AK: 24 Volt Power Supply Quantity 01 Unit Each Unit Price$________________Price$____________________________. Extended Description: Part No. AX-AL 1024ULX 24 Volt Power Supply Period of Performance 15th May 2014-30th September 2014 CLIN 0002AL: Wire Quantity 01 Unit Each Unit Price$________________Price$____________________________. Extended Description: Wire Period of Performance 15th May 2014-30th September 2014 CLIN 0002AM: Dust Containment Service Quantity 01 Unit Each Unit Price$________________Price$____________________________. Extended Description: Dust Containment Service Period of Performance 15th May 2014-30th September 2014 CLIN 0002AN: Standard System Commissioning Quantity 01 Unit Each Unit Price$________________Price$____________________________. Extended Description: Standard System Commissioning Period of Performance 15th May 2014-30th September 2014 CLIN 0002AP: Wire Install Quantity 01 Unit Each Unit Price$________________Price$____________________________. Extended Description: Standard System Commissioning Period of Performance 15th May 2014-30th September 2014 All responsible sources may submit a quotation, which shall be considered by the agency. The government will only consider firm, fixed price quotation. Contractor must be registered to the SAM prior to award. The website address for SAM registration is www.sam.gov. Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications Commercial Items, when submitting a proposal. The website address is http://www.Acquisition.gov. DELIVERY ADDRESS: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, CA. 92134 The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-73. It is the contractor s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisitions.gov and or www.asq.osd.mil. 52.204-7 Central Contractor Registration (FEB 2012) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2, Evaluation Commercial Items (JAN 1999), The following factors shall be used to evaluate offers in descending order of importance: FACTOR 1: Technical Capability defined as the contractor s ability to have the knowledge with Infant Security systems and the working experience, and understanding of the Performance Work Statement and necessary to provide the requested items and services for the government s requirements as stated in the PWS. FACTOR 2: Past Performance Provide three (3) references with the Point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years. FACTOR 3: Price The government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance. (i)Technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (must provide past performance within the last three years) (ii)Technical and past performance when combined are more important than price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. 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). 52.222-3 Convict Labor (JUN 2003). 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012). 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). 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-2 Clauses Incorporated By Reference (FEB 1998). 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012). 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003). 252.232-7003 Electronic Submission of Payment Requests (OCT 2012). STATEMENT OF WORK NAVAL MEDICAL CENTER SAN DIEGO NEW INFANT SECURITY SYSTEM INSTALLATION FOR 4EAST NURSING 01st May 2014 1.0BACKGROUND 1.1General. The mission of Naval Medical Center, San Diego(NMCSD) is to be the nation s premier military medical center; providing world-class care, anytime, anywhere. 2.0 SCOPE 2.1 Contractor shall provide all services, materials and equipment necessary for the complete installion of a new Infant Security System and to ensure a dependable and reliable service performamnce. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform service on equipment listed, to assure continued operation at their designed efficiency and capacity. Installation means a complete new installion and furnishing of an infant security system to include all system components (equipment)and any other needed troubleshoting and or service to bring the new system settings and configurations up to its original intended requrement use. The effort required hereunder shall be performed in accordance with this Performance Work Statement and in accordance with all other terms and conditions set forth herein. 3.0 REQUIREMENTS 3.1.1 Perform Installation Service to industry standards. 3.1.2 Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above-mentioned equipment, shall be employed in the performance of any and all work performed under this contract. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. 3.1.3 Perform service requirements to the extent necessary to ensure a functional system that will efficiently serve its intended purpose. 3.1.4Installation of system update changes to resolve specific product reliability problems. Software upgrades, defined as those changes that enhance the product features, are included. 3.1.5 Contractor shall ensure that all Field Engineers and Technitians are fully knowledgeable and familiar with the system installed to prevent any delays in providing and performing service and maintenance. 3.1.6 Contractor shall ensure that all Field Engineers and Technitians have RapidGate access required for all military installations. 3.1.7 Contractor shall provide only the work necessary to install a new Infant Security System on 4East Nursing to include, Magnetic locks, cameras, receivers, key pads and complete wiring. 3.1.8Equipment improvements/modifications shall be made only upon NMCSD written approval and direction. 3.1 9 The contractor shall ensure that original design and functional capabilities will not be changed, modified, or altered unless the Naval Med Center authorizes such changes. 3.10 Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. 4.0 OTHER PROVISIONS: 4.1TRAVEL AND RELATED EXPENSES: 4.1.1 Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. 4.2 TITLE TO EQUIPMENT: Contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. 4.3 UTILITIES: Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) which 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. 4.4 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. 4.5 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. 4.6 TECHNICAL LIASON: 4.6.1 The Technical Liaison, Roberto Rosas, as set forth, is hereby designated the technical representative of the Contracting Officer for the purpose of conducting all technical liaison with the contractor. Such technical representative is NOT authorized to direct or consent to any deviation from the specifications, scope of work and/or terms and conditions of this contract. Accordingly, no deviations thereto may be made without the prior written approval of the Contracting Officer. 4.7 COMPENSATION/PARTS: 4.8 LABOR: All compensation for labor (7:30am 5:00pm Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If services becomes necessary to be performed beyond 5:00 pm, NMCSD shall be notified prior to performance. Parts and materials: All compensation for parts and materials is included in contract price. 4.9 PARTS/SUPPLIES QUALITY: Parts and Supplies provided under this contract shall be guaranteed to be equal in all respects, including performance, interchangeability, durability and quality to the OEM parts when new or as presently recommended by the manufacturer. 5.0 ADMINISTRATION: 5.1 CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Nav Med Center Security Dispatch for Visitor Badges during the hours of 7:30am 5:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. 5.2 SERVICE REPORT: Contractor shall furnish to the Duty Staff a completed Service Report upon completion of work performed prior to checking-out. The Service Report should include the following: 5.2.1 Contractor Name, Technician s Printed Name and Telephone Number, Signature. 5.2.2 Date and Time of Arrival. 5.2.3 Time expended repairing/servicing; Labor Hours, Rate, and Materials. 5.2.4 Summary of work performed and accepted by end-user(Government Representative s Printed Name and Signature).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0164/listing.html)
 
Place of Performance
Address: NAVAL MEDICAL CENTER SAN DIEGO 34800 BOB WILSON DRIVE, SAN DIEGO, CA
Zip Code: 92134
 
Record
SN03353697-W 20140503/140501234730-f7765c7704c7cefd01c26f2ccd2162db (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.