|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1997 PSA#188792d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA
99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs N -- INSTALL A COMPLETE AND OPERATIONAL DURESS ALARM SYSTEM SOL
F4561397Q1027 DUE 072897 POC POC: SSgt Jeff Chronister (509)247-2232,
Contracting Officer: Laurie D. Whelan (509)247-3859 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. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. This solicitation F45613497Q1027 is
issued as an RFQ. The solicitation document and incorporated provisions
are those in effect through Federal Acquisition Circular 90-42. SIC
Code is 5063, Small Business Size Standard is 100 employees. This
requirement is for the vendor who receives this award to provide all,
tools, parts and materials to install a complete and operating Duress
Alarm System. The Duress Alarm System will be compatible with the
Fairchild Air Force Base Security Police Duress Alarm System
(FAFBSPDAS). This Duress Alarm System will be directly connected to the
FAFBSPDAS. The installed Duress Alarm System shall be demonstrated by
the vendor and verified by the Government forfunctionality prior to
acceptance of the system. The vendor will adjust the FAFBSPDAS unit
only with permission of an authorized personnel of Security Police. The
Duress Alarm System will be installed in Buildings 615, 617, and 9000;
with a control unit and data transmitter at each location. The date
transmitter will be directly connected to FAFBSPDAS. Building 615, a)
Room 108, Install Control Unit and Data Transmitter in Reception Area.
b) Rooms 104, 108, 109, and 111, Install Duress Buttons. c) Wiring
will be enclosed in conduit. Building 617, a) Install Control Unit and
Data Transmitter in Administrative Area. b) Administrative, Rooms 105
and 107, Install Duress Buttons. c) Wiring will be enclosed in conduit
(use existing conduit within the wall). Building 9000, a) Room 302,
Install Control Unit and Data Transmitter. b) Room 301 and 302, Install
Duress Buttons. c) Wiring will be enclosed in conduit (use existing
conduit within the wall). Building 9010, a) Room 114, Install Control
Unit and Data transmitter. b) Room 114, Install Duress Button. c)
Wiring will be enclosed in conduit (use existing conduit within the
wall). FAFBSPDAS, Connect buildings 615, 617, 9000 and 9010 duress
transmitter to FAFBSPDAS. b) Configure FAFBSPDAS to show map whenever
the above duress system is triggered. The Vendor will provide a minimum
of two operation manuals or written instructions for each site; and
will provide training for the personnel in the operation of the Duress
Alarm System. The personnel to be trained will be designated by the
Hospital Administrator. The vendor shall warrant the labor and
materials on this contract for one full year from the date of
acceptance of the system. Delivery shall be within 60 days after
receipt of the resultant award. The provision at FAR 52.212-1,
Instructions to Offerors-Commercial Items (Oct 1995) applies to this
acquisition. Offerors may submit their offer via mail or fax at
509-247-2073 or 509-247-9870. The provision at FAR 52.212-2,
Evaluation-Commercial Items (Oct 1995) applies to this acquisition. (a)
The Basis for Contract Award: The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforms to the solicitation requirements and will provide the best
value to the Government considering price and past performance. The
award process is as follows: (1) All responsible offerors whose offer
conforms to the solicitation requirements will be ranked by the quoted
price from lowest to highest. (2) The Government reserves the right to
award a contract to other than the lowest price offeror if that offeror
is not considered to be a low performance risk as described in
paragraph (b) below. (3) If the offeror offering the lowest price
offeror is considered to be a low performance risk, this offeror's
quote represents the best value for this acquisition and award shall be
made to this offeror. If the low offeror is not considered to be a low
risk, then the second low responsible offeror will be evaluated, etc.
The lowest priced, low risk, responsible offeror will receive the
award. (b) Performance Risk Assessment: (1) The Government will conduct
an assessment of performance risk based on the offeror's recent and
relevant performance. In assessing performance risk, the government
will (a) seek present and past performance information through the use
of questionnaires; and (b) use data independently obtained from other
Government and Commercial sources. (2) The purpose of the assessment
is to identify and review relevant present and past performance and
then make an overall risk assessment of the offeror's ability to
perform this effort. The assessment process will result in an overall
risk rating of low, other than low, or not applicable (N/A) (an offeror
with no past performance will receive a rating of (N/A). The risk
assessment represents the Government's judgment of the probability of
an offeror successfully accomplishing the proposed effort based on the
offeror's demonstrated present and past performance. ( c ) Offerors
shall provide a list of at least 4 of the most recent and relevant past
and present contracts (Duress Alarm Systems) performed for Federal
agencies and commercial customers within the last 3 years. (1) Furnish
the following information for each contract: a. Company/division name,
b. Product/service, c. Contracting agency, d. Contract number, e.
Contract dollar value, f. Period of performance, g. Name, address, FAX
number, and telephone number of the Contracting Officer, h. Comments
regarding compliance with contract terms and conditions, i. Comments
regarding any known performance deemed not acceptable to the customer
or not in accordance with the contract terms and conditions. (d)
Offerors should submit sufficient information and in the format
specified to enable the Government to fully ascertain each offeror's
capability to perform all the requirements contemplated by this
solicitation. Offerors may be asked, at the discretion of the
Government, to provide additional information for clarification. The
provision at FAR 52.212-3, Offeror Representations and Certifications
(Oct 1995) applies to this acquisition. A completed, signed copy of
this provision shall be submitted with any quotation. The clause at FAR
52.212-4, Contract Terms and Conditions (Aug 1996), applies to this
acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
(Aug 1996), applies to this acquisition. Under para (b), the following
clauses are incorporated: 52.222-26, Equal Opportunity (Apr 1984),
52.222-35, Affirmative Action for Special Disabled and Vietnam Era (Apr
1984), 52.222-36, Affirmative Action for Handicapped Workers (Apr
1984), 52.222-37, Employment Reports on Special Disabled Veterans and
Vietnam Era (Jan 1988), 52.225-3, Buy American Act -- Supplies, (Jan
1994). The clause at FAR 52.219-6, Notice of Total Small Business
Set-Aside (Apr 1994), applies to this acquisition. The clause at DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes to Defense Acquisitions of Commercial Items (Nov 1995), is
applicable to this acquisition. See Note 1. Offers are due by 28 Jul 97
NLT 3:00 PM to the 92d Contracting Squadron, 110 W. Ent St, Suite 200,
Fairchild AFB, WA 99011-9403. POC: SSgt Jeffrey A. Chronister @
509-247-2232. Simplified Acquisition Procedures will be utilized.*****
(0191) Loren Data Corp. http://www.ld.com (SYN# 0067 19970715\N-0001.SOL)
N - Installation of Equipment Index Page
|
|