SOLICITATION NOTICE
63 -- Security Equipment
- Notice Date
- 1/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- MMS-SASC Procurement Office1201 Elmwood Park BoulevardProcurement SectionNew OrleansLA70123US
- ZIP Code
- 00000
- Solicitation Number
- M10PS00165
- Response Due
- 2/5/2010
- Archive Date
- 3/7/2010
- Point of Contact
- Diliberto, Pamela A. 504-736-2626, pamela.diliberto@mms.gov
- E-Mail Address
-
Diliberto, Pamela A.
(pamela.diliberto@mms.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS AND SOLICITATION: PLEASE READ CAREFULLY: This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The U.S. Department of the Interior (DOI) Minerals Management Service (MMS) has a competitive requirement for installation of security equipment to be awarded to the offeror whose Quote gives evidence of the greatest value to the Government as outlined in this synopsis. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, as applicable and as supplemented with additional information included in the notice. Solicitation number M10PS00165 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures (SAP). This solicitation document, incorporated provisions and clauses are those in effect through FAR Circular 2005-30 and the DOI Acquisition Regulation. It is the contractor's responsibility to be familiar with applicable clauses and provisions. The North American Industrial Classification System (NAICS) Code is 561621 entitled Security System Services with a small business size standard of $12.5M. This solicitation is not a small business set-aside. INTRODUCTION: The MMS, DOI, has a need for the professional installation of additional smart card readers, removal and reinstallation of smart card equipment and applicable components to Floors 1-3 at the Elmwood Towers Building (ETB), 1201 Elmwood Blvd, New Orleans, LA 70123. The ETB is a leased facility where MMS is the principle tenant. MMS anticipates a Performance Based Firm Fixed Price Contract. Interested parties shall propose work and price per floor by the individual tasks listed herein. There is a site inspection scheduled for 10:00am (central time) on January 20, 2010. It is IMPERATIVE that anyone interested in quoting attend. MMS currently has an AMAG Smart Card 625 Proximity Card Reader System installed in the ETB. All installations under the anticipated contract must be incorporated into the existing access control system and provide interface with the Silent Knight IFP 1000 fire alarm system. MMS currently controls all aspects of the security system, including issuing identification and encoding credentials for use with the installed AMAG readers; creation of reader groups; and all other controls associated with the system. Offerors must be AMAG certified distributor to be considered for award. The MMS has a server and workstation installed to support this system. MMS also has monthly alarm monitoring being performed by a third party. OBJECTIVE: Professional installation of additional smart card access control equipment with all associated components and configuration requirements as stated herein. SCOPE OF WORK: 1) Professional installation of new smart card equipment for Floors 1-3. This equipment should include, but not limited to card readers wiring, door strikes and any other associated equipment and material required to properly install and configure readers and intrusion detection sensors for a smart card system. Any material or hardware used in installation must be new.2) Purchase of required hardware and material to complete the installation of access control components. 3) Although it is the contractors responsibility to determine what equipment and material is needed, the MMS anticipates the following listed equipment to be among the items needed to be purchased by the contractor: Mag Locks with Z brackets, Exit IR Motion Sensors, 853 Smart Card Readers, Contacts, Door Strikes (Fail Safe) and Door Strike (Fail Secure). 4) MMS has an inventory of equipment, components, material, etc. that must be utilized by the contractor for the installation. Prior to submitting your quote/proposal, it will be necessary for the offeror to prepare an inventory so that there is no duplication of what needs to be purchased. During the site inspection, parties shall inspect the MMS inventory on hand as well as the work site to gain a full understanding of the facility and what is expected during the site inspection 5) After award, there may be an occasion where equipment may need to be added, moved, changed etc. that was not originally anticipated. In the event this occurs, it will be handled on a case-by-case basis. All submitted quotes must have a provision for this by including a labor rate per hour and price list for equipment and parts. Any available discounts, minimums, etc. should be clearly stated. 6) The contractor will configure all newly installed equipment into the existing access control system. This includes, but not limited to, conversion of existing hardware chains into LAN chains, creation of new reader groups, creation of new nodes, and any other configuration and conversion consistent with proper access control. 7) All quotes should be submitted with detailed information and pricing per floor for each task. Each task should be priced separately for each floor with a detailed explanation of the quoted price. A narrative that demonstrates the offerors understanding of each task and objective, what is expected and the timeline associated should be submitted. In addition, a detailed list of equipment and material that will be purchased should be included in the quote. SPECIFIC TASKS - The Contractor shall be directly responsible for ensuring the accuracy, timeliness and completion of all tasks under this effort. The specific tasks are: 1) Purchase all equipment and material needed for the installation. 2) Install all equipment, both purchased and what is available in the inventory on Floors 1-3. The 2nd floor is reinstallation of equipment and the 3rd floor is a partial installation. Some readers on the 3rd floor were previously installed to allow for floor to be occupied. The 2nd floor removal was completed to allow building owner to begin demolition work. 3) To allow for demolition of the 1st floor, MMS will require the removal and packaging of all security equipment associated electrical accessories. The contractor will package everything that is removed for storage at the MMS site for ultimate reinstallation by the contractor when floor is complete. When removing the equipment care must be taken so all equipment is kept in tact and remains in proper working condition so that it may be successfully reinstalled at a later date. This reinstallation will occur when construction of the floors are complete. 4) Configure the installed components into the existing smart card assess control system currently in place. These configurations include, but not limited to, conversion of hardwire chains to LAN chains, configuring reader groups for newly installed readers, creation of new nodes, and incorporating alarm information into the existing third party alarm monitoring system and, if necessary, the Silent Knight 1000 Fire Control System. 5) The contractor must provide a full set of documentation to MMS for all work and installations that are performed. This documentation should include, but not limited to, warranty, hardware model information, all system software configurations, all hardware models with any special devices or controllers required, and any other unique system information and specifications. OTHER PERFORMANCE REQUIREMENTS - Authorized Distributor - In order to provide a quote, the interested party must be an authorized distributor of AMAG systems, hardware, and software. Installation will occur during normal business hours. Should a problem arise, the contractor may be expected to complete work outside of normal operation hours. MMS will provide as much preliminary notice as needed. Offeror should include a provision in their quotation that addresses after hour work. Reporting - The contractor will submit written reports to the COR and the Contract Administrator (CA) monthly. Reports will be submitted by the 10th of each month. Reports must clearly outline any and all work that was performed, any unresolved issues that need to be addressed and any upcoming issues that will require attention. These reports will be used as a benchmark for approving invoices. Project Lead - The Contractor shall provide a Project Lead identified by name and specific contract information in the quotation to facilitate MMS-Contractor communications. The Project Lead shall be the primary technical and managerial interface between the CO, CA and COR. PERIOD OF PERFORMANCE - The period of performance is estimated to be from the date of award of a contract in response to the RFQ through September 30, 2010. INSPECTION AND ACCEPTANCE CRITERIA - Final inspection and acceptance of all work performed, equipment installed and services provided, reports and other deliverables provided will be performed within 30 days of completion by the COR. MMS Points of Contact -All the contacts are located at the ETB. COR: Kathy LaGrange, Tele: 504-736-2625, email: Kathleen.LaGrange@mms.gov. CA: Pamela Diliberto, 504-736-2626, pamela.diliberto@mms.gov. CO: Keith Smith, 504-736-2615, Keith.Smith@mms.gov. SITE INSPECTION - A site inspection will be conducted at the ETB for Offerors on January 20, 2010, at 10:00am central time. All Offerors interested in quoting MUST attend the site inspection. During this time, the Offerors will develop their inventory, inspect the work site and ask address any questions. Scheduling to attend the site inspection should be made by contacting Pam Diliberto. AUTHORITY TO OBLIGATE THE GOVERNMENT The CO is the only individual who can legally commit or obligate the Government to the expenditure of public funds. No costs chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the CO. DISCUSSIONS/AWARD WITHOUT DISCUSSIONS - The Government reserves the right to award without discussions, so it is in your best interest to include the most favorable terms in your initial submission.The Government reserves the right to conduct discussions and to permit Offerors to revise their submissions. Any exceptions or deviations to the terms and conditions stated in this RFQ for inclusion in the resulting award may make the offer unacceptable for award without discussions. If an offeror proposes exceptions to the terms and conditions of these requirements, the Government may make an award, without discussions, to another Offeror that did not take exception to the terms and conditions, if such offeror is determined to be the best overall value for this effort. Clarifications are limited exchanges with Offeror that may occur when award without discussions is contemplated. If award will be made without conducting discussions, Offeror may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an Offerors past performance information and adverse past performance to which the offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors. QUOTATION PREPARATION AND INSTRUCTIONS - To ensure timely and equitable evaluations of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of a technical and a cost/price quote. EVALUATION FACTORS AND BASIS FOR AWARD - This is a competitive best value acquisition utilizing SAP using the following evaluation criteria. All evaluations factors are considered equal. Quotes shall be prepared in accordance with and comply with the instructions contained herein. The technical submission will be evaluated separately from the price. Evaluation Factors: 1) Degree to which the Offeror understands the subject matter and demonstrates the ability to design and execute a reasonable strategy to perform the work. 2) Degree to which the Offeror demonstrate the ability to implement technology to comply with Personal Identity Verification (PIV) II standards as set forth in Homeland Security Presidential Directive (HSPD)-12 and Federal Information Processing Standards (FIPS) 201. 3) Degree to which the Offeror understands the scope and objectives of the project and are aware of potential problems and demonstrates the ability to resolve them. ----- Award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical, all other evaluation factors, and price considered. The Governments objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. Technical and other evaluation factors are more important than price. Between submission that are evaluated as technically equal in quality, price will become a major consideration in selecting the successful Offeror. The Government reserves the right NOT to make an award as a result of this competition, if in the opinion of the Government none of the submissions would provide satisfactory performance at a cost that is considered fair and reasonable. The Government will evaluate the quoted cost/prices for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price, award may be made to other than the low offeror, when the CO determines it to be in the Governments best interest. Evaluators will consider whether the cost/price quoted adequately reflects an understanding of the project. Offerors are placed on notice that any quotes that are unrealistic in terms of technical approach or unrealistically low in cost/price may be deemed reflective of an inherent lack of technical competency or indicative of failure to comprehend the complexity of the requirements and may be grounds for the rejection of the submission. The Offeror is expected to quote a reasonable cost/price. An evaluation of each Offerors cost/price quote will be made to determine if it is reasonable for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the technical proposed solution. Each cost/price quote will be assessed to identify potential risk. Cost/price risk refers to any aspect of an Offerors quote which could have significant negative cost/price consequences for the Government. Where risk is assessed it may be described in qualitative terms or used as a best-value discriminator. PAST PERFORMANCE/PAST EXPERIENCE - Past performance is the Governments assessment of the degree to which an Offeror has satisfied its past customers. The Offeror must include past performance information working with AMAG equipment as part of their quotation. MMS may review the Past Performance Retrieval System (PPIRS) at PPIRS.GOV, for any reported performance reports and any other sources deemed relevant. MMS may also contact some or all of the customers listed as Past Performance references in the contractors proposal. For past performance, quotation must include three references where same or similar work has been accomplished in the last 1-2 years. A summary of work performed, total cost and point of contact must be included. MMS may ask questions such as: whether or not they believe (1) that the Offeror was capable, timely, efficient, and effective; (2) that the Offerors performance conformed to the terms and conditions of the contract; (3) that the Offeror was reasonable and cooperative during the performance; (4) that the Offeror was committed to customer satisfaction; and (5) whether the work performed by the contractor was similar and relevant to the work required under this RFQ, and (6) Whether the services provided by the Contractor were of a high quality. Both past performance and experience may be evaluated by utilizing the information provided by the Offeror. 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; 52.212-3, Offeror Representations and Certifications Commercial Items the selected offeror must submit a completed copy of the listed representations and certifications; 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, 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. The CCR number must be obtained before award can be made. Offerors must be registered in the Central Contractor Registration (CCR) database and must also have all online at www.orca.gov representations and certifications completed prior to submission of quote. METHODS OF QUOTATION AND DELIVERY LOCATION - Offerors must submit any questions or requests for information concerning this solicitation no later than 12:00 noon local time on January 19, 2010, to Pamela.Diliberto@mms.gov. Questions not received within a reasonable time will not be considered. Hand delivered quotations should be submitted to Pamela Diliberto, Minerals Management Service, 1201 Elmwood Park Boulevard, New Orleans, La 70123. QUOTATION DUE DATE - The offerors quotation must be received not later than 3:00 pmCentral Time, February 5, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/MMS/SPB/M10PS00165/listing.html)
- Record
- SN02041530-W 20100115/100113235107-3a65f45dddf3ef47bc52f05f41d6667a (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 |