SOLICITATION NOTICE
63 -- Materials, labor, and one year of maintenance (service calls) for automated entry control, closed circuit television cameras (CCTV), gate control, and gate repair for Program Executive Office Missiles and Space controlled buildings.
- Notice Date
- 9/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- ACC-RSA - (SPS), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W81XE012343822
- Response Due
- 9/22/2011
- Archive Date
- 11/21/2011
- Point of Contact
- Christopher Leif Toso, 256-842-7451
- E-Mail Address
-
ACC-RSA - (SPS)
(christopher.l.toso@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. Performance Work Statement (PWS) CONTROL NUMBER W81XE012203822 1. CONTRACTING ACTIVITY: U.S. Army Contracting Command, CCAM-OS-B, Redstone Arsenal, AL 35898-5280. 2. SUBJECT: Materials, labor, and one year of maintenance (service calls) for automated entry control, closed circuit television cameras (CCTV), gate control, and gate repair for Program Executive Office Missiles and Space controlled buildings. 3. DESCRIPTION OF ACTION: Vendor must be available seven days a week, 24-hours a day with a response time of no less than four hours. Expertise and consultations for multi-faceted equipment located in PEO MSLS controlled buildings on and off post to include the mobile housing units. The vendor must be factory trained and certified in servicing Facility Commander Wnx access control software using General Electric autonomous controller units (ACUs), as well as trained and certified on VICON Closed Circuit Television Cameras (CCTV). Parts that may be required to for this multi-faceted equipment must be maintained by the vendor to expedite any and all repairs that maybe required. The performance period is for one-year beginning 26 September 2011 and ending 25 September 2012. Provide System Installation for Common Access Card (CAC) for Entries, Passive Infra-Red (PIR) Sensors for Egress, Electrical Strike for One Door Contact, Emergency Exit Push Button, Single Maglocks, Install VICON Kollector Strike Digital Video Recorder (DVR), Pan Tilt Zoom (PTZ) Cameras and VICON Fixed Camera. Engineering labor is required to install, setup, and test facility hardware including programming, and train operators. The anticipated contract type is Firm Fixed Price. Security System must meet Department of Defense (DoD) and commercial Standards. The standards to be met are National Industrial Security Program Operating Manual (NISPOM), Military Standard (MIL-STD) 450B, Army Regulation (AR) 190.19, DoD 5200.1-R; DoD 5200.8-R. Contractor and/or sub-contractors shall possess licenses as required by state and local jurisdictions; shall demonstrate relevant years of experience installing and/or performing maintenance with specified equipment/software for identified systems; shall provide documentation for demonstrated experience relating to three (3) projects performed within the last three (3) years that capture level of participation, level of difficulty, and similarity of Performance Work Statement effort; shall possess current UL 2050 certificate for National Industrial Security Systems, shall possess factory training and awarded factory certification at time of proposal for identified systems; shall demonstrate field capability to install and maintain identified systems, shall demonstrate capability to service CCTVs mounted at 50 feet or higher, and shall provide training and certification records to the government. Contractor/subcontractor must Facility Commander Wnx using autonomous controller units (ACUs), General Electric (GE) factory training and certification. VICON closed circuit television (CCTV) factory training and certification. Eight to ten (8-10) years of demonstrated Department of Defense (DoD) experience related to automated entry control systems (AECS) installation and maintenance of Diamond II, Facility Commander Wnx and VICON. Three to five (3-5) years of demonstrated experience related to Federal Information Processing Standards (FIPS) 201 compliant Common Access Card (CAC) readers, with the ability to read both existing proximity cards and the contactless CAC. Eight to ten (8-10) years of demonstrated experience related to developing design drawings, cost estimates, equipments list, plans, and schedules in support of installation and maintenance of the above AECS. Vendor must have three to five (3-5) years of demonstrated experience with Aiphone intercom systems. Eight to ten (8-10) years of demonstrated DoD experience related to overall integration of electronic security systems, closed circuit television and intercom devices allowing the capability of shared responsibilities between facilities. Delivery Address is as follows: PEO MISSILES AND SPACE SFAE-MSLS-C ATTN: PETEY MEADOWS BLDG 5250, RM M136 RSA, AL 35898-5710 The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial. The offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 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. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This solicitation is issued as a Request for Quote (RFQ). In accordance with FAR 5.207, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All submissions and any questions regarding this request MUST be submitted via email to: Christopher.l.toso@us.army.mil, by 22 September 2011, 1:00pm CT. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability and price. Award will be made to the lowest price technically acceptable offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ba4287619c6933a99e52af6f85c8ac10)
- Place of Performance
- Address: ACC-RSA - (SPS) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02582877-W 20110921/110919235830-ba4287619c6933a99e52af6f85c8ac10 (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 |