MODIFICATION
70 -- Access Control Maintenance and Software Upgrades
- Notice Date
- 9/27/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- 1331 Pennsylvania Avenue, N.W., Washington, DC 20229
- ZIP Code
- 20229
- Solicitation Number
- 20106762
- Response Due
- 9/28/2018
- Archive Date
- 3/27/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 20106762 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334614 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-28 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20229 The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following: LI 001: Access Control Maintenance and Software Upgrades see attached statement of work The period of performance is 60 days from purchase /or delivery order award., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item ” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question ’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by 6:00 p.m. EST on Wednesday September 26, 2018 using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. 1. Will this full maintenance program include as many service calls and as many parts needed, in order to make the system operations? CBP Response: yes 2. Can you provide the lay out? CBP Response: No, Blue prints are available for review and use onsite only. 3. Can you provide a detail inventory of the current security systems? CBP Response: CBP Response: Yes, detailed inventory can be provided to vendor at time of award. 4. Can you provide information about the age of your security system? CBP Response: Originally installed in 2010 5. How many service calls did the System had during one year? CBP Response: On average 1 or 2 as needed. 6. How many cameras are interior? CBP Response: Approximately 37 cameras-Pelco 7. How many cameras are installed outside the building? CBP Response: none 8. Is there any Pan/Tilt/Zoom cameras installed in some areas? CBP Response: Yes 9. Do you have any cameras installed on towers, if yes how tall are the towers? CBP Response: no 10. Is there a parking area being viewed by any camera? If yes please specify what type of camera? CBP Response: yes 11. Are you open to replace the LENEL Software with another brand, which will not impact your PACS infrastruture? CBP Response: Yes, so long as it is approved on the CBP and DHS approved products list. 12. We would like to propose an RS2 Software instead of the LENEL software, will that be acceptable? CBP Response: See above response number 11 13. What is the software Revision? CBP Response: Lenel OnGuard 6.4.5 14. Are the Servers and Workstations running on windows XP? CBP Response: Yes 15. Do you currently use Weigant protocol to communicate the readers with the controllers? CBP Response: Yes 16. What is the model# for the readers? CBP Response: HID multiClass 17. How many of those readers are installed in double exit doors? CBP Response: None. Our system is internal to the building 18. How many of those readers are installed in double doors? CBP Response: Approximately 14 19. What type of locksets is installed in your doors? CBP Response: UL 437 Medeco 3 20. Does your agency currently authenticate the CAK besides the CHUID or FASCN from the CAC or PIV Card? CBP Response: We authenticate FASCN to a PIV 21. Does the contractor have to be a certified as a HSPD-12 by GSA approved vendor? CBP Response: yes 22. Does the contractor have to provide certified Security ICAM Engineers as recommended by GSA? CBP Response: Vendor must be Certified system installer. 23. Should the PACS system be in full FIPS 201-2 compliance at a later date? CBP Response: yes 24. Is there any automatic operator on the doors controller by the readers? And how many service calls are perform during a term of a year? CBP Response: No/ on average 2 as needed. 25. What is the brand name of the IDS System? CBP Response: Bosch 26. Are we to assume based on the SOW that there is a need to maintain the intrusion detection system (IDS), if yes can you tell us how many IDS points are installed? CBP Response: yes 27. Can you provide the name of the existing IDS? CBP Response: Bosch 28. Do you currently have IDS Sensors in your doors? CBP Response: Yes, Potter high security BMS 29. Is the Intrusion Detection communicating to a remote Command Center? CBP Response: Yes, to the Suitland MegaCenter 30. Does this maintenance include the maintenance of ___ If Applicable___ (an X-Ray equipment?) What other detection equipment should the contractor maintain? CBP Response: No, that would be supported through Federal Protective Services (FPS) 31. The BID is supposed to be closed by tomorrow, and we need a site visit before quoting any price. Kindly, Extend the bid date so that we could provide you with a quote and even allow us to visit the site. CBP Response: After coordination we are able to offer vendors the ability to perform a site visit from 12:00 to 1:00Pm or 2:00 to 3:00 Pm on Thursday September 27, 2018 EST. An OPR representative will meet the vendor in the lobby at Homeland Security Acquisition Institute at 90K Street, NE Washington, DC 20229 and sign them in and escort them around the building. Please have the vendor call Judawn Kyle ( Cell: (202)420-8066)or Dupree Boddie ( (202)344-1384) to confirm the timing for the walk through and once arrived at 90K Street, NE Washington, DC. 32. During a prior onsite visit, it was indicated that in addition to the relocation of two existing security cameras and installation of a third, as specified within the SOW, relocation of an Access Control card reader, and installation of additional Access Control/Intrusion Detection equipment (Reader,Electrified Crash Bar,Electrified Strike,Door Contacts) within a new gated area was needed. Should this additional work be included within this proposal submission? CBP Response: Yes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20106762/listing.html)
- Place of Performance
- Address: Washington, DC 20229
- Zip Code: 20229
- Zip Code: 20229
- Record
- SN05108683-W 20180929/180928031155-b7c06239190190ed5336680509fe74e9 (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 |