SOURCES SOUGHT
J -- Routine Maintenance and Emergency Repairs for Lenel access control and detection security system by Certified Value Added Reseller (VAR) - SF1449
- Notice Date
- 5/9/2012
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-12-0050
- Archive Date
- 7/31/2012
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208, James Roloff, Phone: 6123363223
- E-Mail Address
-
carol.dingess@aphis.usda.gov, james.g.roloff@aphis.usda.gov
(carol.dingess@aphis.usda.gov, james.g.roloff@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- The US Department of Labor Wage Determination General Decision Number: 2005-2206 SF1449, Please complete and return with proposal. (65pgs) The USDA, National Centers for Animal Health (NCAH) has a requirement for preventative maintenance, routine maintenance, and emergency repairs for their Lenel access control and detection security system and a variety of closed circuit television systems installed in their facilities located in Ames, IA. USDA, NCAH intends to procure this service for a period not to exceed five years. The NCAH facility is composed of three separate USDA entities. The National Veterinary Services Laboratories safeguards U.S. animal health and contributes to public health by ensuring that timely and accurate laboratory support is provided by the nation-wide animal health diagnostic system. The Center for Veterinary Biologics implements the provisions of the Virus-Serum Toxin Act to ensure that the veterinary biologics available for the diagnosis, prevention, and treatment of animal diseases are pure, safe, productivity, and effective. The National Animal Disease Center conducts research to solve animal health and food safety problems faced by livestock producers and the public. Due to the critical nature of this facility the security system needs to be operable at all times and access controlled continually to all areas. Therefore the contractor must provide the following services: • Respond to emergency work requests within 2 hours during established working hours, 8:00 a.m. to 4:30 p.m., and within 3 hours outside the established working hours. • Complete emergency work requests within twenty-four (24) hours of requirement identification. • Complete urgent work requests within three (3) calendar days of requirement identification. If materials are ordered, complete urgent work requests within three (3) calendar days after receipt of materials. An urgent work request is defined as a priority service request that would result in an emergency request if the system fails and is not repaired. Site Visit. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Potential contractors who want to visit the USDA/NCAH facility at 1920 Dayton Ave in Ames, IA 50010 should contact Jacob Ross at (515) 337-7062. For an appointment. The North American Industry Classification System (NAICS) Code is (561621 - Security Systems Services ). The following FAR clauses are considered applicable to this contract: 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2012) Alternate I (Oct 2008). time-and-materials or labor-hour contract 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts (Feb 2007). 52.246-6 INSPECTION-TIME-AND-MATERIAL AND LABOR-HOUR (MAY 2001) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2012) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the 52.225-5, Trade Agreements (MAR 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.216-2 ECONOMIC PRICE ADJUSTMENT-STANDARD SUPPLIES (JAN 1997) 52.216-18 Ordering (Oct 1995) 52.216-19 ORDER LIMITATIONS (OCT 1995) 52.216-22 INDEFINITE QUANTITY (OCT 1995) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.242-15 Stop-Work Order (Aug 1989) 52.243-3 CHANGES-TIME-AND-MATERIALS OR LABOR-HOURS (SEPT 2000) 452.216-73 MINIMUM AND MAXIMUM CONTRACT AMOUNTS (FEB 1988) 452.224-70 CONFIDENTIALITY OF INFORMATION (FEB 1988) 452.228-71 INSURANCE COVERAGE (NOV 1996) 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 452.237-74 KEY PERSONNEL (FEB 1988) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS (April 2012) The following FAR provisions are considered applicable to this contract: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (FEB 2012) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAR 2012) AGAR 452.209 - 70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012) The Government contemplates award of a firm-fixed-price, indefinite-delivery indefinite-quantity commercial service contract for the routine maintenance, CLINS 001-002, 005-006, 009-010, 013-014, and 017-018, and a Time and Materials contract for the minor repairs and replacement equipment and materials CLINS 003, 007, 011, 015, and 019 for Emergency Repair and 00401- 00437, 00801-00837, 01201-01237, 01601-01637, and 02001-02037 resulting from this request for proposal. 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: 1. Technical Capability (Licensing requirements and extent of prior experience that demonstrates an understanding and knowledge of Lenel Security Systems operations, maintenance and repairs 2. Vendor Location (concerning service & availability) 3. Past performance (3 references) 4. Price In accordance with FAR 15.304, regarding the relative importance of all other evaluation factors, when combined, when compared to price; Technical Capability and Past Performance when combined are significantly more important than price. Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Contractors shall comply with the personal identity verification (PIV) policies and procedures established by the AGAR Advisory No. 81, Revision 03 dated July 19, 2010 - Common Identification Standard for Contractors. In addition, procedures to be followed by contractors and contractor employees are specified in the Departmental Regulation and Departmental Manual (DM) 4620-002. Copies can be downloaded from the website at http://hspd12.usda.gov. In order to have a complete proposal package, it must contain the following items: Signed Standard Form 1449 (Please complete boxes 17a, & 30a,b & c on page 1) Completed Schedule of Items (Part I, Section B - Supplies or Services and Prices/Cost) Completed list of Past Performance information license certified reseller (VAR) Proof of liability insurance Completion of AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. A completed Central Contractors Registration at http://www.ccr.gov The US Department of Labor Wage Determination General Decision Number: 2005-2206 Dated 07/28/2011, for Story County, Iowa, where the work will be performed, applies to this award and is available on-line at http://www.wdol.gov. The Government intends to provide the solicitation and all amendments via this web site. The Federal Government is not responsible for notifications to offerors regarding the issuance of the solicitation nor any of its amendments. It is the offeror's responsibility to check this web site periodically for updates. Telephone and email requests will not be accepted The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0050/listing.html)
- Place of Performance
- Address: USDA/APHIS/NVSL /CVB, 1920 Dayton Ave, Ames, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN02743930-W 20120511/120509235950-61c62de42b57d151e1f648c4ab12ef31 (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 |