Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2003 FBO #0649
MODIFICATION

58 -- Access Control and CCTV

Notice Date
9/5/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-03-T-0681
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Fannie Richardson, Contract Specialist, Phone 757-443-1398, Fax 757-443-1424,
 
E-Mail Address
fannie.richardson@navy.mil
 
Description
The Government intends to award a contract under Other Than Full and Open Competition Procedures to Best Access Systems for the procurement of an Access control System and CCTV System. This procurement is in accordance with FAR Subpart 13-5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is N00189-03-T-0681 and it is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15, dated 24 July 2003. The NAICS code for this requirement is 561621 and the small business size standard is $10.5 millions. Item 1001, Access Control System and CCTV System, l each; Item 1002, Installation, 1 each; Item 1003, Testing, l each; Item 1004, Training, l each; Parts and Software Support for the first year shall not be separately priced. The items shall be delivered on or before 31 Oct 03. Delivery is FOB destination to Norfolk, Virginia. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with the provision at 52.212-2, Evaluation-Commercial Items, the quote will be evaluated based on Past Performance and Price. Past Performance is considered to be more important than Price. Due to the interrelationship of services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-commercial Items, with its offer. The clause At 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-commercial Items applies to this acquisition. The following clauses apply: 52.217-8, Option to Extend Services; 252.232-7003, Electronic Submission of Payment Requests; 52.232-33 Payment By Electronic funds Transfer- Central Contractor Registration; and 252.204-7004, Required Central Contractor Registration. Invoices shall be mailed to: Joint Forces Staff College, Supply Officer, Bldg SC-401, 7800 Hampton Blvd, Norfolk, VA. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. Number notes 22 applies. ADDENDUM TO FAR 52.212-1 - Instruction to Offerors - Commercial Past Performance Evaluation Standards: Offerors are required to provide information on no more than five (5) of the firm’s most recently completed Federal Government, State Government, Municipal Government, or commercial contracts (not to exceed five years since completion) for like or similar services to those to be provided under this RFQ. Offerors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. Offerors who present similar contracts/orders should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. The offerors should provide the following information regarding past performance: a) Contract or purchase order number(s), b) Name and phone number of contact at the Federal, State, Local Government, or Commercial entity for which the contract was performed, c) E-mail address of point of contact (if known) d) Dollar value of the contract, e) Detailed description of the work performed, f) Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s), g) The number, type, and severity of any quality, delivery, or cost problems in performing the contract, the corrective action taken, and the effectiveness of the corrective action, and Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. If the offeror possesses no relevant past performance, it should affirmatively state this fact. A neutral rating will not be evaluated favorably or unfavorably. However, the proposal with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the proposals of other offerors having acceptable (or better) past performance. Offerors are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include Performance Assessment Reporting Systems (CPARS) or past performance information from any source. The evaluation will accurately summarize each telephone discussion on a Telephone Interview Report Form (Attachment 1). A copy of the Telephone Interview Report Form will be promptly sent via fax or e-mail to the point of contact for verification. The information contained in offeror's Past Performance submittals will be evaluated by the PCO with the assistance of the Contract Specialist. The PCO will evaluate the offeror's Past Performance using the following sub-factors, which are of equal importance. (a) Quality: The offeror’s demonstrated history of delivering products and services of high quality. Quality will be evaluated in terms of: i. customer satisfaction, ii. instances of rework and/or deficiency reports, and iii. evidence of effective and/or innovative work applications that were beneficial to the customer. (b) Timeliness: The offeror’s compliance with i. performance schedules, ii. timeliness of submission of requested information, reports and invoicing. (c) Contractor Responsiveness: The offeror’s demonstrated ability to i. respond to customer concerns, ii. isolate and resolve problems, and iii. take systemic improvement action. Each performance risk assessment of the factors listed above will consider the number and severity of problems, the effectiveness of corrective actions taken and the overall work record. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror’s performance on a list of contracts, but rather the product of subjective judgment of the government after it considers all available, relevant and recent information: Very Low Performance Risk: Based on the offeror's performance record, virtually no doubt exists that the offeror will very successfully perform the required effort. Low Performance Risk: Based on the offeror's performance record, little doubt exists that the offeror will successfully perform the required effort. Moderate Performance Risk: Based on the offeror's performance record, some doubt exists that the offeror will successfully perform the required effort. High Performance Risk: Based on the offeror's performance record, significant doubt exists that the offeror will successfully perform the required effort. Neutral: No relevant past performance history, or for which past performance information is not provided or available. Unknown performance risk assessment. Under most circumstances, it will be unnecessary to divulge the solicitation number, or other identifying information to the reference. In the event that it is necessary, you need to obtain a non-disclosure statement from the party to whom the information was provided. Price: The PCO will evaluate Price. When the proposals are received, the PCO shall review the submission of offers as specified in FAR Clause 52.212-1 Instruction to Offerors– Commercial Items (Oct 2000), paragraphs (b)(1) through (b)(11). Evaluation of Price Proposal: The offeror’s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR Subpart 15.404-1. The evaluation may include, but is not limited to: a) Price comparison with other offerors; b) Completeness: All pricing information as it directly relates to the SOW; and c) Comparison with independent Government estimates. Increasing Significance of Price: Although price is the least most important evaluation factor, it has the potential to become more significant during the evaluation process. The degree of importance of the price will increase with the degree of equality of the proposals in relation to the other factor on which selection is to be based. The importance of price will also increase when a proposal's price is so significantly high as to diminish the value to the Government that might be gained under the other aspects of the offer. If, at any stage of the evaluation, all offeror’s are determined to have submitted equal, or virtually equal, or generally equivalent, non-price proposals, price could become the factor in determining which offeror shall received the award. Determination for Award to Best Value Offer: At the appropriate juncture in which the PCO will make a best value determination, the PCO shall engage in a best value determination in accordance with the evaluation criteria in the solicitation. The PCO will review all of the proposals. The PCO shall integrate the evaluation of Past Performance and Price. Upon completion of this review, award will be made to the offeror whose quotation, conforming to the solicitation, is considered most advantageous to the Government, considering past performance and price. The basis for the PCO’s selection will be documented in the Source Selection Decision Memorandum. Based upon the fact that this procurement will be performed in accordance with FAR Subpart 13.5 – Test Program for Certain Commercial Items, the evaluation and documentation will reflect a Simplified Acquisition Procedure. The Government reserves the right to select an offeror with other than the best past performance, if the price is so advantageous to the Government as to constitute best value. On the other hand, the Government may select an offeror with other than the lowest price if the quality of past performance and a fair and reasonable price of a competitor result in the greatest value to the Government. Any such determination of best value will be made by the Contracting Officer pursuant to the evaluation criteria identified in this plan and the solicitation. The closing date and time for this RFQ is 12 Sep 03, 1600 hrs. Fannie Richardson, the Contract Specialist may be contacted at 757 443-1398, for information regarding this RFQ. STATEMENT OF WORK: ADDITIONS TO BADGE ACCESS SYSTEM AT JOINT FORCES STAFF COLLEGE/NAVADMINCOM · Furnish and Install three (3) proximity card readers with keypads. The installation of the equipment will include mag-locks, pneumatic requests for exit buttons for emergency release. Equipment will be wired into the communication room. A power supply will be included to support new equipment. Reprogramming of the existing software to recognize the new hardware is included; a minimum of one (1) hour. · Mag-Locks (4): Mag-locks will be pneumatic release buttons; wall mounted on the interior of the door for emergency release. The release button will be connected into the building fire alarm system and will not be wired into any other type alarm system. · Naval Administrative Command/Joint Forces Staff College will provide a certified Fire Control Technician to install the wire and relay from the mag-lock to the fire alarm panel and make the final connection into the master fire alarm panel. · Digital Video and Rack Mount: The contractor will install a Lenel digital video recorder with appropriate license. Digital video will be a minimum 32 inputs, 1080 GM unit. The unit will contain sufficient memory/storage for 90 days. Included with the digital video recorder are two 19-inch color monitors and storage rack to support the monitors, network hubs and digital video recorder. · Installation of two (2) fixed and wall mounted mini-dome cameras in building SC-4. The cameras will be mounted to provide viewing of personnel traversing the stairways and exiting the building. In addition, two (2) ceiling mounted mini dome cameras will be install in Building SC-4. The cameras will be mounted and position to view individuals traversing the walk over tunnels, elevators and stairways. The electrical supply will be connected into the communications room and the co-axial video cable to be connected into the digital video recorder in Building SC-1. · The contractor will install three (3) additional co-axial cables from Building SC-1 to Building Sc-4 for future expansion of security system. The installation of a CAT 5 cable will access the control equipment to interface with server software a network. · Replace the existing strike plate with mag-lock and emergency pneumatic push button system in Building SC-4. · Replace the existing proximity reader in Building SC-4 with a keypad only. · Rewire the existing card readers in SC-4 to be activated a call button. · Relocate the existing workstation from Building SC-1 to the Security Office. This requires a separate network for use by the control system. The system will include a 16 input hub. CAT 5 wiring from the hub to the digital video record, workstation and existing Lenel intelligent controller panels. · Training – 16 hours of on-site software training is required. Personnel to be determined by Naval Administrative Command / Joint Forces Staff College. · Cline Software License. Lenel Client Software license will be required for the SCIF network system. · Other misc info: The Access Control System was installed in June 2001. The security access system includes two buildings. More specific information will be in the award document. The closing date and time for this RFQ is 10 Sep 03, 1600 hrs. Fannie Richardson, the Contract Specialist may be contacted at 757 443-1398, for information regarding this RFQ. TELEPHONE INTERVIEW REPORT FORM PAST PERFORMANCE POC: _____________________________ POSITION: ________________________ PHONE: __________________________ BUSINESS ADDRESS: ___________________________________________ ___________________________________________ ___________________________________________ OFFEROR: _______________________________ CONTRACT NUMBER: ______________________ 1) DESCRIBE THE WORK THAT THE OFFEROR PERFORMED FOR YOU UNDER THIS CONTRACT. 2) HOW WOULD YOU RATE THE QUALITY? Demonstrates history of delivering products and services of high quality. Quality = Customer satisfaction, instances of rework and or deficiency reports and evidence of effective and/or innovative work applications that were beneficial to the customer. () OUTSTANDING () HIGHLY ACCEPTABLE () ACCEPTABLE () MARGINAL () UNACCEPTABLE () NEUTRAL 3) HOW WOULD YOU RATE THE TIMELINESS? Demonstrates ability to comply with performance schedules, timeliness of submission of requested information, reports and invoicing? () OUTSTANDING () HIGHLY ACCEPTABLE () ACCEPTABLE () MARGINAL () UNACCEPTABLE () NEUTRAL 4) HOW WOULD YOU RATE THE CONTRACTOR’S RESPONSIVENESS? Ability to respond to customer concerns, to isolate and resolve problems, and to take systematic improvement action. () OUTSTANDING () HIGHLY ACCEPTABLE () ACCEPTABLE () MARGINAL () UNACCEPTABLE () NEUTRAL 5) WOULD YOU HIRE THIS CONTRACTOR AGAIN? IF NOT, WHY? CONTRACT SPECIALIST: ________________________________ DATE: _________________________ Attachment 1
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189/N00189-03-T-0681/listing.html)
 
Record
SN00428243-F 20030907/030905221249 (fbodaily.com)
 
Source
FedBizOpps.gov 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.