Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

R -- Purchase of Service Maintenance Agreement for Security System

Notice Date
6/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-12-Q-PCY268
 
Archive Date
7/24/2012
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-12-Q-PCY268. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 811219. The SBA size standard is $7.0 M. This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase on a competitive basis by awarding a Firm Fixed Purchase Order Contract for the purchase of a Service Maintenance Agreement for the Intrusion Detection System (IDS) Equipment at C3CEN, 4000 Coast Guard Blvd., Portsmouth, VA. See Statement of Objectives (SOO) below. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation and IAW the Statement of Objectives (SOO), which will be most advantageous and the Best Value to the Government, price and other factors considered. See Statement of Objectives for Evaluation of Proposals and Periods and Place of Performance. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Price Proposals IAW Schedule B and the Statement of Objectives by JULY/09/2012 @7:00AM EST. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms DUNS, and discount offered for prompt payment. Email quotes are acceptable and may be emailed to the POC James A. Lassiter, Contracting Officer, James.A.Lassiter@uscg.mil. Anticipated Award Date for the PO Contract is July/09/2012, this date is approximate and not exact. NOTE: Due to the type of Equipment: These Services are to be provided only by Authorized Trained Bosch Technicians. Any Contractor that is an Authorized Reseller/Provided of Bosch Services is encouraged to provide a Firm Fixed Price Quotation IRT the FBO RFQ. Schedule B: Line Item 1: Base Period, Services for 1 Year, IAW SOO ____________ Line Item 2: Option Period One, Services for 1 Year, IAW SOO____________ Line Item 3: Option Period Two, Services for 1 Year, IAW SOO____________ IAW Statement of Objectives (below) Service Maintenance Agreement for Intrusion Detection System (IDS) Equipment at C3CEN Statement of Objectives(SOO) Purpose The U.S. Coast Guard Command, Control and Communications Engineering Center (C3CEN) has a need to establish an annual service maintenance contract for its intrusion detection system equipment. Scope The offeror is to provide Technician Labor and Bosch Inc., Brand Parts to keep C3CEN's intrusion detection control equipment operational. The service includes regular work hours and after hours emergency support coverage with set caps on annual labor and parts. Period and place of performance C3CEN intends to use these services for the following base and option periods: • Base Year: 15 August 2012 through 14 August 2013 • Option Year One: 15 August 2013 through 14 August 2014 • Option Year Two: 15 August 2014 through 14 August 2015 Place of performance will be the C3CEN location at 4000 Coast Guard Blvd, Portsmouth, VA 23703. Service calls will be made by the Contracting Officer's Technical Representative (COTR). Performance Objective, goals and outcomes The desired outcomes are: • Provide Bosch Inc., Certified and experienced Technician Labor capable of making operating adjustments, troubleshooting, repairing and replacing faulty parts related to the unit's intrusion detection system equipment. • Provide next day response or sooner for emergency support calls and three day response or sooner for routine support calls. Emergency support calls are defined as casualties affecting high security restricted areas. The following operating constraints exist: • Technicians must be Bosch Inc., Trained and Certified, and have 7 or more years experience in maintaining and repairing the following Bosch brand intrusion detection system controller panels: - D9412GV2 - D7412GV2 Offerors should consider the following factors when preparing their proposals. • Based on repair history, the total retail cost of all Bosch Inc., brand controller panel, power supply, motion detector, pop-it interface, zone expansion module, and octo-relay module components expected to be replaced in a given service year is capped at $3,000. • The total hours of technical labor during normal business hours in a given service year is capped at 80 hours. • The total hours of technical labor after normal business hours in a given service year is capped at 20 hours. • The government will furnish to the contractor the following non-Bosch Inc., components when necessary to complete maintenance and repairs under this service agreement: o Panel Backup Batteries, and o Circuit fuses The contractor is expected to provide all other miscellaneous electrical supplies, consumables, e.g., panel wire, wire ties, wire nuts, splice connectors, low voltage relays, etc., and tools needed to complete work. On-site inspection of work to be done C3CEN will provide an opportunity to survey the work to be done in advance of submitting a proposal. Contact Mr. Burt DeShayes at 757-638-2718 Burton.L.Deshayes@uscg.mil to arrange for Site Visit. Security The C3CEN Command Security Officer(CSO) will coordinate contractor access to the job site in accordance with standard Coast Guard visitor regulations. All service work performed will be at the unclassified level. (i) Evaluation of Proposals Evaluation of Proposals (a) 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: (i) Technical approach. (ii) Past Performance (iii) Price (b) Technical and past performance, when combined, are significantly more important than cost or price. However, if all other factors are equal, price may be the determining factor. (c) The offeror's proposal shall contain a response to each of the areas identified below. Only those proposals prepared in accordance with the solicitation will be evaluated. The evaluation of proposals will be based on three factors: Technical Proposal/Factor 1 (Most important) (i) The proposal shall address the contractor's technical proficiency and ability to provide maintenance and repair services for Bosch brand equipment & ancillary equipment, including Technician Certification and Years of Technical experience working with Bosch Inc., intrusion detection systems. (ii) Does the proposal anticipate customer needs not specifically detailed in the statement of objectives? (iii) Technical support. The proposal shall address the contractor's approach to providing on-call/on-site technical support. (iv) How will the contractor ensure quality control of work performed? (v) Does the proposal demonstrate that the offeror has a sound and thorough understanding of the work to be done? Past Performance/Factor 2 (As important as technical proposal) The proposal must contain the names of government or private corporation clients to whom they have provided the same, or equivalent systems and services, including training and technical support, within the last five years. Price/Factor 3 (Least important) The proposal shall contain supporting documentation of the price proposed to determine price reasonableness in accordance with FAR Subpart 15. Although price is not the controlling factor in award of a contract under this solicitation, it is an important factor and should not be ignored. To facilitate cost comparisons, the offerer should itemize labor costs. Periods of Performance (POP) Note: The Base Year Period of Performance is as follows: Base Period: 1 Year from Date of Award (anticipated/estimated Award Date is July/09/2012 Start Date: Aug/15/2012 End Date: Aug/14/2013 Option Period 1: Start Date: Aug/15/2013 End Date: Aug/14/2014 Option Period 2: Start Date: Aug/15/2014 End Date: Aug/14/2015 The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address: http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; FAR 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (End of clause) This following clause 52.232-18 applies to the Option Periods Only. (b) FAR 52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The USCG/Government is not bound nor required to Exercise any Options of this Purchase Order Contract. 52.232-12 Advanced Payments (Mar 2001) The Contractor that is awarded the contract is eligible to receive Advanced Payments for the Base Year. At Time of Award the Contractor may Invoice in Full for the Base Year Amount. The Base Year amount will be a Firm Fixed Price and will not be increasing during the Base Year, unless authorized by the Government Contracting Officer. FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders -Commercial Items (DEC 2009), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PCY268/listing.html)
 
Record
SN02783122-W 20120623/120622000332-89df118ccd0b359795d80d7b671aba8f (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 |
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.