SOLICITATION NOTICE
J -- ELECTRONIC ACCESS CONTROL SYSTEM INSTALLATION AND REPAIR
- Notice Date
- 8/14/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Mayport Office Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883618Q0226
- Response Due
- 8/20/2018
- Archive Date
- 8/20/2018
- Point of Contact
- Odajie Rickerby (904) 270-5699 Odajie Rickerby
- E-Mail Address
-
270-5699
- Small Business Set-Aside
- Total Small Business
- Description
- ELECTRONIC ACCESS CONTROL SYSTEM INSTALLATION AND REPAIR This is a SOLICITATION for commercial items prepared in accordance with the information in using Simplified Acquisition Procedures FAR 13 and Acquisition of Commercial items FAR 12. This announcement constitutes the only solicitation. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94, 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/change_notices.html. This acquisition will result in a Firm-Fixed Price contract under NAICS code 334310 and the Small Business Standard is 750. Federal Supply Code: J099. This acquisition is 100% set aside for small business concerns. NAVSUP Fleet Logistics Center, Jacksonville Mayport Det. Contracting requests responses from qualified sources capable of providing: SCHEDULE OF SUPPLIES/SERVICES TO BE ACQUIRED: CLINDescriptionQty Unit Of IssueUnit PriceTOTAL PRICE 0001 Electronic Access Control System Installation and Repair in accordance with Performance Work Statement1GROUP This announcement will close on 20 August 2018 at 4:00 P.M. Eastern Standard Time. Responses may be submitted to Odajie Rickerby who can be reached at 904-270-5699 or email odajie.rickerby@navy.mil. A mandatory site visit is set for 17 August 14, 2018 at 10:00 AM EST. Please read the Performance Work Statement for detailed instructions on scheduling a site visit. The proposed contract is 100% set aside for small business concerns. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. PERFORMANCE WORK STATEMENT FOR ELECTRONIC ACCESS CONTROL SYSTEM INSTALLATION AND REPAIR NAVSUP FLEET LOGISTICS CENTER JACKSONVILLE (NAVSUP FLCJ) LOCATION WHERE WORK WILL BE PERFORMED: Defense Fuel Supply Point (aka, Navy Fuel Depot) 8808 Somers Road South Jacksonville, FL 32226 BACKGROUND: 1) CAMERAS: Two (2) pole-mounted Pelco cameras became inoperable after a power surge. One camera remains inoperable; the other displays video but PTZ controls do not respond consistently. 2) CARD READERS: - BUILDING 8: One (1) exterior card reader appears to have power but is not reading Common Access Cards (CAC). - BUILDING 38: Two (2) card readers are inoperable. - BUILDING 56: Two (2) card readers are inoperable. Cause is believed to be a faulty Lenel 500 board. - FUEL PIER: Visiting ships ™ crew require a method to contact the guard shack from fuel pier (i.e., Aiphone). 3) LOCKSETS: - Two (2) electronic locksets in Bldg 8 need to be repaired or replaced with electric strike capability. 4) PREVENTATIVE MAINTENANCE: - Back-up batteries have not been replaced for an undetermined amount of time. - NVR Suite: No wire labelling present; suite is dirty and dusty. WORK TO BE PERFORMED: TASK #1: Remove two inoperable pole-mounted cameras and replace with two new cameras. A lift, provided by the contractor, will be required to access both pole-mounted cameras. TASK #2: Troubleshoot and repair/replace CAC readers at Bldg 56 and Bldg 8, procured by the vendor. TASK #3: Install electric strike capability on eight (8) doors on Bldg 8, 38, and 56 to replace existing electrified lockset capability (locksets may remain in place). TASK #4: Provide preventative maintenance for one (1) NVR suite/rack, and label incoming analog wires to provide easy identification of associated cameras. TASK #5: Test and replace, if required, back-up batteries for three (3) reader controller boxes. TASK #6: Procure and install one (1) depressable button or Aiphone camera station (to be installed so that it can connect via existing camera fiber). WIRING: Provide and install wiring, as required. Ensure all work locations are clean of any debris. Ensure any damage to paint, drywall, exterior surfaces, etc. is repaired upon completion of work. No change to physical building infrastructure is authorized. EQUIPMENT TO BE INSTALLED/REPAIRED (list may not be all-inclusive): Two (2) Pelco Esprit ES4136-5W PTZ cameras Two (2) ESTX-5 camera power supply (1 per camera) Five (5) 921PHRNEK0002D Iclass wall mount card readers One (1) Lenel LNL-1320 Dual Reader One (1) Lenel LNL-2220 Access Controller Two (2) AX-AL400ULXB2 Power Supply Eight (8) electric strikes Eight (8) Request to Exit (RTE/RTX) devices One (1) AJ-IX-MV IP Video Master Station, Wall or Desk Mount (AIPHONE) One (1) AJ-IX-DF Video Door Station, Flush Mount Stainless (AIPHONE) Two (2) ET-EL100T Fiber Transceiver Two (2) LP-2115 Power Supply Seven (7) PW-PS1270 12V 7AH SLA Battery F1 Misc connectors, cable, conduit, parts as needed for above components REQUIRED QUALIFICATIONS / CERTIFICATION: - Contractor is responsible for providing all materials, certified personnel, travel, and labor. - Contractor shall provide proof of the required qualifications below. Failure to provide required certifications will be deemed technically unacceptable for award: - As part of maintaining overall system stability and maintenance, the contractor shall be able to support troubleshooting the NSAE Lenel OnGuard system software and must be able to exhibit at least five (5) years of experience as a Lenel Value Added Reseller (VAR) and Best Mechanical Access Systems VAR supporting large systems. Provide proof of Lenel VAR qualification and certifications with proposal. - The contractor will have documented field expertise in the products that are expected to be serviced under this contract, as well as proven success with the projects and services executed in relation to the proposed guidelines of this PWS. - The contractor must be experienced in following and executing the policies and procedures of DoD security contracts and regulations with expectations of being able to conduct professional and timely businesses and services. - All quotes provided shall be itemized by labor (type), equipment, and quantity to allow for adjustments based on actual equipment needed and actual costs during performance. All quotes are Firm Fixed Price (FFP). Quotes received that do not follow these guidelines will be deemed technically unacceptable for award. - This PWS was compiled by customers and users who are not certified integrated security system technicians. If any instructions within this PWS do not align to industry standards, do not make sense from and installation standpoint - or there is a better method, equipment, or cost effective way to implement a requirement - the contractor should do so while informing the technical point of contact of their actions. The contractor is the subject matter expert. This PWS is given to provide guidelines by which the customer believes the requirement can be met. ADDITIONAL INFORMATION/INSTRUCTIONS: - A lift will be required to access pole-mounted cameras. Vendor is responsible for ensuring lift can operate safely on rugged terrain. - The actuator button or Aiphone must ride over the existing fiber line from the pier to guard shack as indicated in the diagram. An end-to-end fiber line exists from the fuel pier building to the guard shack (Bldg 25). - All installed readers must have the most updated firmware, be card and/or pin capable, and be compatible with the DoD Common Access Card (CAC). - Satellite image of compound and rough schematic of buildings are attached. - Provided wire locations can be modified as needed to best meet project requirements. MANDATORY SITE VISIT: A site visit will be held on 17 August 2018 prior to receipt of quotes, so that all prospective contractors may view, inspect, and measure accurately. Due to the base security requirements, failure to make reservations for the base entry by 16 August 2018 may prohibit a contractor from attending the site survey. Contractors are limited to two (2) representatives for the site survey. Date: 17 August 2018 Time: 10:00a.m. Location: Defense Fuel Supply Point, 8808 Somers Road South, Jacksonville, FL 32226 Interested vendors must contact Mike Misiak at 904-542-1262 or email michael.misiak@navy.mil no later than 3:00 p.m. EST on 16 August 2018, to make arrangements to attend the site visit. The request must include the following information: (a) Company name (b) Representative ™s full name, (c) Date of birth (d) Place of birth (city and state) (e) United States citizenship status All attendees will need to present a valid ID upon arrival at the Fuel Depot. When requesting access to drive on the base facilities, all personnel shall be in possession of a valid driver ™s license, registration, and proof of insurance. NOTE: Additional site visits will not be arranged for any parties who arrive after the government and the inspection parties have departed from building 25. All parties are strongly encouraged to be on time. No special accommodations will be granted to parties who request to enter the site prior to or after the scheduled site visit date. PERIOD OF PERFORMANCE: To be determined upon award. POINT OF CONTACT AT LOCATION (FOR ACCESS): Mike Misiak PH: 904-542-1262 Email: michael.misiak@navy.mil The following clauses and provisions apply: 52.204-7 System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 SAM Maintenance. 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUL 2016) ALTERNATE I (OCT 2014) 52.212-4 Contract Terms and Conditions “ Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 “ Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor. 52.222-19 Child Labor ”Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-36 Equal Opportunity for Workers with Disabilities. 52.222-41- Service Contract Labor Standards. 52.222-42 - Statement of Equivalent Rates for Federal Hires. 52.222-50 - Combating Trafficking in Persons. 52.222-55 -- Minimum Wages Under Executive Order 13658. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18- Availability Of Funds. 52.232-33 Payment by Electronic Funds Transfer ”System for Award Management. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-3 -- Protest After Award. 52.237-2- Protection of Government Buildings, Equipment, and Vegetation. 52.247-34 F.O.B. Destination. 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7003 Control of Government Personnel Work Product. 252.204-7004 Alt A System for Award Management Alternate A. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE 252.204-7012 Safeguarding of unclassified controlled technical information. 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7002 Qualifying country sources as subcontractors. 252.225-7048 Export-Controlled Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area Workflow Payment Instructions. 252.232-7010 Levies on Contract Payments. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 252.243-7001 Pricing Of Contract Modifications (DEC 1991). 252.244-7000 Subcontracts for Commercial Items. 252.247-7023 Transportation of Supplies by Sea. SUPTXT243-9400(1-92) Authorized Charges Only by the KO (FEB 2008) NMCARS 5237.102(90) Establishes the Enterprise-wide Contractor Manpower Reporting Application (ECMRA) śThe contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract (Commander Naval Supply Systems Command Jacksonville) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. ť
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883618Q0226/listing.html)
- Place of Performance
- Address: Defense Fuel Supply Point
- Zip Code: 8808 Somers Road South, Jacksonville, Florida
- Zip Code: 8808 Somers Road South, Jacksonville, Florida
- Record
- SN05035607-W 20180816/180814231044-21e10c8e2888a3845ea9a9468dbf5a6d (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 |