SOLICITATION NOTICE
63 -- KEY CONTROL SYSTEM
- Notice Date
- 5/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-16-T-0127
- Archive Date
- 6/30/2016
- Point of Contact
- Reynaldo R. DeVera, Phone: 6195325564
- E-Mail Address
-
reynaldo.r.devera.civ@mail.mil
(reynaldo.r.devera.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement as 100% small business set-aside. This is a combined solicitation/synopsis for commercial items, 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, N00259-16-T-0127 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 339999. All interested bidders shall submit quotations electronically by email to reynaldo.r.devera.civ@mail.mil or by facsimile at 619-532-5596, attention Rey de Vera. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before May 19, 2016 at 4:00 PM Pacific Standard Time to be considered responsive. CLIN 0001 KEY CONTROL SYSTEM NON-LOCKING QTY 1 EA $__________ KW Bank 3 Module Cabinet Part #: KW-8071 or Equal System includes: 5 Add-on Cabinets-6 Modules 31 Modules - 20 Key Non-Locking 2 Modules - Blank (For future expansion) 620 Key Rings 200 Replacement Hubs Remote Set Up True Touch Software & Manuals 24-Hour Back-Up Battery 2-Year Warranty, Freight Charge, & Installation Installation will be in accordance with the Statement of Work Contractor must be registered to the System for Award Management (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 Hospital Twentynine Palms, Receiving Officer, Bldg 1343 MCAGCC MAGTFTC, Twentynine Palms, CA 92278-8250 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-87 and DFARS Change Notice 20160325. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (OCT 2015) 52.212-2 Evaluation-Commercial Items (OCT 2014) Factors shall be used to evaluate offers in the descending order: 1) Technical Capability; 2) Price 52.212-3 Offeror Representation and Certification-Commercial Items (mar 2016) 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2015) 52.219-6 Notice of Total small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representative (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-0Cooperation with Authorities and Remedies (FEB 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disability (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.203-7000 Requirement relating to Compensation of Former DoD Officials (SEP 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Indent Reporting 252.225-7001 Buy American And Balance Of Payment Program (NOV 2014) 252.225-7002 Qualifying Country Sources As Subcontractors (JON 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payments and Receiving Reports (JUN 2012) All responsible sources may submit a quotation which shall be considered by the agency. STATEMEN OF WORK ROBERT E. BUSH NAVAL HOSPITAL (NHTP) MARINE AIR GROUND TASK FORCE TRAINING CENTER, MARINE CORPS AIR GROUND COMBAT CENTER TWENTYNINE PALMS, CALIFORNIA 92278 GENERAL REQUIREMENTS: The effort required here under shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein. 1. SCOPE. This Statement of Work (SOW) covers systems engineering, technical, and training and management support services to Robert E. Bush Naval Hospital Security Department. This support encompasses engineering analysis and recommendations for technical, logistical, and life cycle support for the installation of the hospital's security key control system. 1.1. Background 1.1.1 The general intent is to install a new key control system. The scope of the key control system includes design, equipment, cabling, installation, and support of any physical, electronic, computer technology operations. This system must have the ability to track and control approximately 4500 total keys and provide the most secure means to deter theft, and delay surreptitious entry. System should provide users the ability to track real time key accountability. Access to the system should have the ability to provide individual access for multiple users and track key issuance by end user. 2. LOCATION 2.1 Security Department, Room G102, Building 1145, Robert E Bush Naval Hospital Twentynine Palms, Marine Air Ground Task Force training Center, Marine Corps Air Ground Combat Center, Twentynine Palms, CA 92278. 3. REQUIREMENTS (a) See which keys you have out, if any are overdue, and when they will become overdue. (b) Locate a key in Key system within the site. (c) Multiple-Key access. Allows the number of keys a user can have out at any given time to be set. (d) Instant Key Release. Allows keys to be automatically released and returned. (e) Authorized Users can enable an Emergency Release function for keys. (f) Key removal - remove keys by list, number, or name. (g) Key Removal/Return Notes are selected from a list and an optional comment can be entered via on-screen QWERTY keyboard. (h) SQL Server software compatible with SQL Express 2005 and higher. The software will run as a Server application and a client interface for programming, and reports. (i) Global Administration allows users to be managed from a list of all users for all sites. Site Administration allows users to be managed for their site only. (j) Able to store up to 250 Profiles. Profiles provide an easy way to assign key and group permissions, access level, and much more to users. (k) Performs all software functions through LAN. (l) Transactions & alarms are "Pushed" from the local system to the Server software in real time. Viewable in software. (m) Auto-sync automatically updates system changes. (n) Provides an alarm for Overdue Keys, Illegal Removals, Door Left Open, Illegal Entry, Key Not Removed, Key Not Returned, and Invalid Keys. (o) Capable of producing reports that include "Key Name", "User Name", and "Time & Date" of transaction. Allows for reports to be generated. (p) Audit trail reports by Key, User, Events, Alarms, and by Date. (q) All key movements are tracked by Time, Date and User Code. (r) Key locations are identified by Built-in Touch Screen and illuminating key location. (s) Each Key is stored in a Non-locking location allowing the system to track it (t) Monitored battery backup for up to 24 hours. (u) USB ports for connecting Card Reader Interface / Relay Board and upgrades. (v) Communications and electrical connections external or internal. (w) User serviceable. (x) 10/100 Ethernet connection for PC communication with Key system through Network via TCP/IP 3.1. General 3.1.1 The Contractor shall provide all labor, materials, tools, equipment, transportation and supervision necessary to perform the scope of work. For any work requiring digging, welding, or outages of station utilities including, electrical, water, gas, cable, or sewer, the Contractor shall obtain the appropriate station permits through the ROICC office. In the event this proposal is lacking in critical components, which are necessary for successful completion, the government welcomes open dialog to rectify any omissions. 3.2.1 The Contractor shall provide, install, test, and certify all system components and provide for any electrical or structural infrastructure necessary for complete installation. All network equipment will be installed in a communications closet. 3.2.2 The Contractor shall provide monitors for the installed surveillance system. Contractor will provide transport of data from camera to server/monitoring stations. 3.2.3 Contractor shall provide end-user training to staff, including Information Management Department end-user training. 3.2.4 Contractor shall comply with all infectious control rules for this project. Limited dust containment will be provided by Contractor. If required, as determined by NHTP infection control officer. 3.2.5 Contractor will take all reasonable actions to complete the work with minimal effect to system downtime. 3.2.6 Contractor will notify NHTP in advance of anticipated downtime of the system so that appropriate security measures can be activated. 3.2.7 Contractor will remove existing cameras and will make efforts to utilize existing infrastructure to the greatest extent. 3.2.8 The system software shall be of the latest release. 3.2.9 Additional devices as identified in the proposal and scope shall be installed with new material. 3.2.10 NHTP requires a contractor site visit prior to proposal of bid as well as a Pre-Construction/Installation meeting involving all relevant hospital parties. 3.2.11 Technical phone support shall be available 24 hours a day. 3.2.12 Request warranty coverage is provided by Contractor for a period of twelve (12) months from the date of system installation. Warranty coverage should include parts and labor. 3.2.13 Request service contract to maintain the security system be developed as an option to be exercised following the expiration of the warranty one year after installation. Service maintenance options shall be annually exercised and shall extend for four (4) years following warranty expiration. 3.2.14 The contractor shall perform all work necessary to complete the contract in a satisfactory and acceptable manner in full compliance with specifications and terms of the contract and adhere to all applicable Federal, State, and Local regulations, including all environmental regulations. 3.2.15 If additional work is required other than what is listed on the scope of work, Contractor shall notify the Naval Hospital Twentynine Palms of additional work changes required and shall obtain Contracting Officer authorization prior to proceeding with work. 3.2.16 Work area shall be left in a neat and orderly manner with all debris being picked up at the end of each workday. 3.2.17 Contractor shall remove all debris associated with the performance of this contract from the Combat Center and dispose at a landfill approved by the County of San Bernardino for the acceptance of such waste. 3.2.18 The Contractor shall notify the Naval Hospital Facilities office, twenty-four (24) hours prior to starting work. 3.2.19 The Contractor shall adhere to the submitted schedule unless prior written notification is provided and approved. 3.2.20 The Contractor shall also provide twenty-four (24) hours' notice prior to arrange for final inspection and shall arrange inspection through the facilities department, number (760)830-2088. 3.2.21 Work may be performed from 0730-1630. Work schedule must be provided to and approved prior to start of work. All work scheduling must be coordinated with the Naval Hospital Facilities staff. 3.2.22 Naval Hospital Twentynine Palms staff has sole responsibility for all physical security needs during the upgrade process. 3.2.23 Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. 3.2.24 Contractor shall not assume possession or control of any part of the equipment. The government retains ownership to title thereof. 3.2.25 The Contractor shall not be liable for any loss, damage, or delay due to any cause beyond their 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. 3.2.26 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 Hospital's electrical wiring and equipment, must approve contractor electrical equipment. 3.2.27 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. 3.2.28 Naval Hospital 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. 3.2.29 Parts and materials: All compensation for parts and materials is included in contract price. 3.2.30 Parts and Supplies provided under this contract shall be new. 3.2.31 Contractor will be required to contact the Security Department at (760) 830-2944 to submit the required information to complete the Security Pass Form by 1400 the day prior to the scheduled visit. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Naval Hospital personnel. 3.2.32 Contractor is required to report to the Security Department, Room G102, Robert E Bush Naval Hospital Twentynine Palms, for Visitor Badges during the hours of 0730-1630, Monday through Friday, prior to and upon completion of any service/repair performed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0127/listing.html)
- Place of Performance
- Address: Naval Hospital Twentynine Palms, Twentynine Palms, California, 92278-8250, United States
- Zip Code: 92278-8250
- Zip Code: 92278-8250
- Record
- SN04107097-W 20160507/160505234551-d9bdf7c92833f6f0053f5c60736a0684 (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 |