SOURCES SOUGHT
J -- Repair and Maintenance for the Installation Perimeter Security
- Notice Date
- 12/4/2012
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-13-R-0023
- Response Due
- 12/10/2012
- Archive Date
- 2/2/2013
- Point of Contact
- Michelle Talbot, 309-782-7363
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(michelle.talbot@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The contractor shall provide maintenance and repair the perimeter Intrusion Detection System (IDS) and Close Circuit Television (CCTV) systems on Camp Arifjan, Camp Virginia, and Camp Buehring. The exterior perimeters remain a vulnerable target for terrorism. Contractor is to provide a Technician for repairs, at each location, 8 hour's per-day, five days a week, for a 52 week period for the Repairs and Maintenance for the Perimeter Electronic Security System (ESS) Intrusion Detection System (IDS) and Closed Circuit Television System (CCTV), systems are to be 100% operational 24/7, repairs shall be completed within 24 hours of notification. The contractor is responsible for providing service, between the hours of 0800-1700 Sunday thru Thursday except recognized Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. Repair and Maintenance Services shall include; Perimeter CCTV maintenance Inspections, Emergency Service, Service Calls, ESS Improvements, and Perimeter ESS Component maintenance. The scope of this Performance Work Statement requires that a contractor shall repair and maintain the exterior perimeter intrusion security detection alarm system that includes all software (and updates), that uses state of the art instrumentation, equipment and technology that is suitable or has been adapted for the harsh climatic conditions (high winds, extreme heat, dust) of Southwest Asia. The period of performance shall be for one (1) year, and include three (3), one (1) year option years. The contractor shall ensure that employees meet the guidelines issued by the U.S and Kuwait Government's Labor Laws regarding Host Country Nationals (HCN's) employment and its employees do not bring into nor remove from any Government installation any contraband material. The Contractor shall meet the minimum standards set out in the ASG-KU Department of Public Works (DPW) Memorandum No. 11 Environmental Requirements, dated 20 December 2009 and the ASG-KU Environmental Handbook. The contractor shall provide life support of contractor personnel, to include food and drink. The contractor shall provide medical services for the contractor's personnel. All injuries or illnesses shall be reported immediately to the Contracting Officer and COR. The Government is permitted to provide emergency medical care to all on-site contractors; however, IAW DFARS 252.225-7040 (c) (2) (i)-(ii), the contractor shall be responsible to reimburse the Government for such care. When the Government provides medical treatment or transportation of contractor personnel to a selected civilian facility, the contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation (DFARS 252.225-7040 (c)(2)(ii). Contractors shall be responsible for all other support, including routine medical and dental care, required for its personnel engaged in the designated operational area under this contract. The contractor shall comply with all local laws, ordinances, and regulations and shall obtain and pay for all necessary permits and licenses required to operate in Kuwait. Provide an electronic security specialist technician eight (8) man-hours per day, five (5) days a week, for a 52 week period to cover Camp Arifjan, Camp Virginia and Camp Buehring, Kuwait for the repair and maintenance of the perimeter Electronic Security Systems (ESS), to include the Perimeter Intrusion Detection Systems (IDS), and Closed Circuit Television (CCTV) System. The electronics security specialist technician shall be located on Camp Arifjan. Preventative Maintenance Inspections: The Contractor shall perform a Preventative Maintenance Inspection (PMI) for all perimeters ESS components at the three (3) month mark from the contract start date. The Contractor shall repair or replace any failed components with available spares. For additional components and systems found to be non-operational, the Contractor shall provide the necessary parts, to ensure proper functionality of the IDS and CCTV systems. Other PMIs shall be conducted at three (3) month intervals. All PMI work shall be performed during regular duty hours, Sunday through Thursday, excluding Federal holidays. IDS Preventive Maintenance: Preventive Maintenance for perimeter IDS includes: visual checks of all console equipment, peripheral equipment, local processors, sensors, and electrical and mechanical controls; repair of console equipment, peripheral equipment, local processors, sensors, and electrical controls as needed; cleaning of system equipment, Field Distribution Boxes (FDBs), local processors and inspection of exterior surfaces; operational check, walk test, and calibration of each sensor; operational testing of perimeter zones, FDB tamper, and ensure associated CCTV call-up is correct; performance of all system software diagnostics and correction of all diagnosed problems; resolution of any outstanding problems; review settings and recalibrate as needed. Perimeter CCTV Preventive Maintenance: Preventive Maintenance for perimeter CCTV includes the following: visual checks and operational tests of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, and picture quality from each camera; clean optics and housings of interior and exterior cameras; clean dirt and dust from console monitors, faceplates, blank plates and equipment front faceplates; inspect inside of camera housings for debris and moisture, clean as necessary; cycle power to cameras to induce self-test mode and identify discrepancies as necessary. Emergency Service: Provide emergency repair service for all security equipment. Critical outage response shall begin within two (2) hours upon receipt of outage. The Contractor shall provide a point of contact and a 24-hour telephone number where the Government may initiate service requests. Service Calls: The Contractor shall provide service call response and repair service for all the perimeter ESS components specified herein during normal business hours, 8am-5pm Kuwait time, Sunday-Thursday. Failure of any minor system components on weekends, recognized federal holidays, and after normal business hours shall be considered emergency service. Service personnel shall respond or be on-site, within two hours after the beginning of the next regular business day, for minor repairs to the systems. In the event of simultaneous calls for minor repairs, calls shall be handled on a first come, first served basis, unless the minor malfunction seriously impacts the normal operations of the facility. Minor repair issues are defined as system failures, which may cause a nuisance, but does not constitute a major lapse in system performance or coverage. Replacement items shall be pulled from on-site inventory. If the repair is not minor it will be determined by the USG. Minor items to be repaired are listed in 5.7, below. If the component is not listed, it will most likely be determined a major repair. Additional perimeter ESS Improvements: Contractor shall provide and maintain additional minor security system improvements on a cost reimbursable basis subject to approval of the Physical Security Office. A cost proposal for perimeter ESS improvements shall be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a0583ebb47a4cfb072a40a2c7d8e35db)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-RK Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02942458-W 20121206/121204235711-a0583ebb47a4cfb072a40a2c7d8e35db (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 |