Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2016 FBO #5251
SOLICITATION NOTICE

J -- Security Camera Maintenance - RFP

Notice Date
4/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 411TH CSB (W90VN9) RCO DAEGU, Unit #15289, APO, Non-U.S., 96205-5289, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W90VN9-16-T-0024
 
Point of Contact
Carl D. Rice, Phone: 7687957
 
E-Mail Address
carl.d.rice.mil@mail.mil
(carl.d.rice.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W90VN9-16-T-0024 is the Solicitation and all Clauses for Security Camera Maintenance requirement. PERFORMANCE WORK STATEMENT (PWS) FOR Regional Cyber Center-Korea (RCC-K) Security Cameras RCC-K Preventive Maintenance 4 February 2016 Part 1 General Information 1. GENERAL: The Contractor shall furnish all personnel, equipment, tools, vehicles, materials, parts and supervision to perform Preventive Maintenance (PM) and Service Calls on the Video Security Camera System or Closed Circuit Television (CCTV) as defined in this Performance Work Statement (PWS). The contractor shall be able to manage and mitigate any risks and/or provide solutions or recommendations for any added requirements should they occur during this contract period. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to perform 6th Regional Cyber Center-Korea (RCC-K), CCTV system as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: The RCC-K communication facility in support of the 1st Signal Brigade's mission has twenty seven primary CCTV Cameras situated on the perimeter and inside the facility. These cameras are considered mission critical to provide security of this facility since the mission is Command and Control as well as coordination for both the mission of the 1st Signal Brigade and support of the Combatant Commanders and the WarFighters. 1.3 Objectives: The Contractor shall provide scheduled service and preventive maintenance on a recurring basis (quarterly and annually) as outlined in the paragraph 3 of this PWS. The Contractor shall provide on-call maintenance and troubleshooting for the CCTV cameras so that they remain operational to meet the manufactures specifications for all associated hardware for the CCTV cameras. The Contractor shall assure that all CCTV cameras are maintained to provide continuous service to the facility. The contractor shall provide 12 emergency callouts per year in addition to the quarterly maintenance visits. 1.4 Scope: The contractor shall provide scheduled and unscheduled maintenance services and incidental repair on the CCTV cameras operating in support of RCC-K communication facility. Maintenance includes regularly scheduled adjustments and inspections of cabling, cleaning lens, checking focus and field of view check DVR recording and playback, any preventive maintenance tasks, emergency response and service calls for incidental repairs. All tasks shall be executed in a consistent manner by individuals who are qualified on Pelco CCTV cameras and Digital Video Recorder (DVR) equipment. Vendor and technician must have at least 2 years of demonstrated experience servicing and repairing equipment associated with the CCTV system and proficient in the trade in strict accordance with prevailing industry standards. The work shall be based on manufacturers' recommendations, referenced technical manuals, and applicable regulations. Work is generated by the continuing requirements for utilities and other services by normal changes in the physical condition of the equipment or systems from age, environment, usage or by requirements for minor construction and alterations of facilities. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and one (1) 12-month option year. The Period of Performance reads as follows: Base Year: Of 12 months from start of Contract Option Year I: Of 12 months from start of Contract 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which the contractor assures that the work complies with the requirements of the contract. The contractor shall conduct quality control in accordance with their existing Pelco commercial standard. An updated copy of the contractor's plan shall be provided to the Contracting Officer (KO) and COR/ACOR as changes occur. The Quality Control Program (QCP) is to be delivered, i.e., within 30 days after contract award or with the contractors proposal if it is an evaluation factor, three copies of a comprehensive written QCP shall be submitted to the KO and COR within 5 working days when changes are made thereafter. 1.6.1.1 Contractor's Quality Control Program: The contractor's QCP shall contain, as a minimum, the following items: a. A description of the inspection system or procedures to cover all services. Description shall include specifies as to the areas to be inspected on a scheduled and unscheduled basis, frequently of inspections, and the title and organizational placement of the inspector(s). b. A description of the methods to be used for identifying and preventing defects in the quality of service performed. c. A description of how the records will be kept. Records must document all inspections and corrective or preventive actions taken. 1.6.1.2 Records of Inspections: Records shall be kept and made available to the Government throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract. 1.6.2 Quality Assurance: The government will evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Federal Holidays: The performance of this contract will exclude the below listed U. S. Federal Holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800 thru 1700 hours Monday thru Friday except U. S. Government Federal Holidays or when the Government facility is closed due to local or national emergencies, administrative closings or similar Government directed facility closings. For other than firm fixed price contracts, the contractor shall not be reimbursed when the government facility is closed for the above reasons. The Contractor shall 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. 1.6.5 Place of Performance: The work performed under this contract will be at a U. S. Government Facility, Buildings S-315, and S-316 Camp Walker, Korea. 1.6.6 Type of Contract: The government will award a (Type of contract to be determined by Contracting Center of Excellence (CCE) and the customer). 1.6.7 Security Requirements: Contractor personnel performing work under this contract must have a background check conducted thru the USFK Provost Marshals Office, visit the local Pass and Id Section for further guidance. The installation pass is required to gain access into the installation at time of the proposal submission, and shall maintain access into the installation for the life of the contract. 1.6.7.1 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. 1.6.7.2 Key Control: The Contractor will not have to establish and implement methods of making sure all keys and key cards issued to the Contractor by the Government are lost or misplaced and are not used by unauthorized persons. No keys or key cards will be issued to the Contractor by the Government. 1.6.7.2.1. The contractor will not be issued any keys for locks or combinations to include key cards. 1.6.7.2.2. The Contractor shall be prohibited from the use of Government issued keys and key cards by any persons other than government employees. The Contractor will be prohibited from opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3 Lock Combinations: The Contractor will not have to establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons since the contractor will not be issued any combinations. 1.6.8 Special Qualifications: The contractor should have personnel familiar with Pelco Pan, Tilt, Zoom (PTZ) CCTV cameras Pelco Dome Cameras as well as Pelco DVR equipment. These are key elements that make up the CCTV security camera systems. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Contract manager/Alternate contract manager, Systems Engineer. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0800 hours to 1700 hours, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: 1.6.12.1 Contract Manager and Alternate, shall be familiar with Pelco Security Cameras or similar CCTV systems. 1.6.12.1.1 The Contract Manager and Alternate must have 24 months of work experience on either Pelco Security Camera Systems or similar CCTV systems. 1.6.12.2 Systems Administrator, The system administrator should be familiar with the Pelco Security Camera Systems as well as the Pelco DVR system. 1.6.12.2.1 The Systems Administrator must have a high degree of expertise with the following systems/protocols: Pelco Security Systems and DVR recorder or similar CCTV systems. 1.6.12 Identification of Contractor Employees: All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They shall also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. All contractor employees will be signed in and badged. All contractor employees will be escorted at all times by either military or government employees. The contractor will not be authorized to bring in cell phones, cameras, PDAs, pen drives, recording devices or laptops into the facility. 1.6.13 Contractor Travel: Contractor shall be required to travel to Daegu, Camp Walker during the performance of this contract to attend meetings, conferences and emergency callouts (12) per contract year. Contractor will not be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. Any travel costs for maintenance or emergency maintenance should be included in the contracted price. 1.6.14 Other Direct Costs The contractor is responsible for providing any cleaning materials required to clean the camera lens. Any refresher training will be accomplished at the government's request and expense during the quarterly maintenance. 1.6.15 Data Rights: The Government has unlimited rights to all documents and material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership and copyrights belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government will be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17 PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the thirty (30) days phase in and phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date. 1.6.18 ENVIRONMENTAL CONTROLS 1.6.18.1 Compliance with Laws and Regulations: The contractor shall be knowledgeable of and comply with all applicable United States Forces Korea (USFK), Federal and Local Host Nation laws, regulations, and requirements regarding environmental protection. In the event environmental laws or regulations change during the term of this contract, the contractor is required to comply as such laws come into effect. If there is an increase or decrease in cost as a result of the change, the contractor shall inform the Contracting Officer pursuant to notice requirements and negotiate a modification to the contract. The contractor is responsible for complying with all existing USFK, Federal and Local Host Nation environmental laws and regulations, including the Environmental Governing Standards in USFK Pamphlet 200-1. The contractor is also responsible for obtaining appropriate environmental permits or hot work permits required for contract performance. 1.6.18.2 Notification of Environmental Spills: If the contractor spills or releases any substance contained in 40 CFR 302 into the environment, the contractor or its agent shall immediately report the incident to the Daegu IMCOM Fire Department by calling 911 and COR. The liability for the spill or release of such substances rests solely with the contractor and its agent. 1.6.18.3 Include a clause in all subcontracts to require subcontractors to comply with the safety provisions of this contract as applicable. 1.6.19 SAFETY REQUIREMENTS: In performing work under this contract, the contractor shall: 1.6.19.1 Conform to the safety requirements contained in the contract for all activities related to the accomplishment of the work. 1.6.19.2 Perform work in a safe manner as required by OSHA 2206, General Industry, Occupational Safety and Health Standards (29 CFR 1910) and Korea Environmental Governing Standards by USFK. 1.6.19.3 Develop and provide at the start of the orientation period or the start of the first operational performance period (if there is no orientation period) a safety plan for the protection of government personnel, facilities, property and to provide a safe work environment for contractor personnel 1.6.19.4 Provide protection to government property to prevent damage during the period of time the property is under the control or in possession of the contractor. 1.6.19.5 Include a clause in all subcontracts to require subcontractors to comply with the safety provisions of this contract as applicable. 1.6.19.6 Record and report promptly (within one hour) to the contracting officer or COR, all available facts relating to each instance of damage to government property or injury to either contractor or government personnel. 1.6.19.7 In the event of an accident or mishap, take reasonable and prudent action to establish control of the accident or mishap scene, prevent further damage to persons or property, and preserve evidence until released by the accident and mishap investigative authority through the contracting officer. 1.6.19.8 If the government elects to conduct an investigation of the accident or mishap, the contractor shall cooperate fully and assist government personnel in the conduct of investigation until the investigation is completed. 1.6.19.9 Include a clause in each applicable subcontract requiring the subcontractor's cooperation and assistance in accident reporting and investigation. The primary contractor is responsible for all subcontractors hired to perform under the scope of this contract. 1.6.20 CONTRACTOR PERSONNEL 1.6.20.1. Contract Manager: The contractor shall provide a contract manager and alternate contract manager (responsible in the absence of the contract manager) who shall be responsible for the performance of the services. The names of the contract manager and alternate(s) shall be provided to the KO in writing prior to the beginning of the first performance period. The contract manager and alternate(s) must be able to read, write, speak, and understand English. 1.6.20.1.1 The contract manager and alternate shall have full authority to act for the contractor on all contract matters relating to daily operations of this contract. 1.6.20.1.2 The contract manager or alternate shall be available during normal U. S. Government duty hours within at the next business day to meet on the installation with government personnel (designated by the KO) to discuss problems. After normal duty hours the manager or alternate shall be available, telephonically within four (4) hours. 1.6.20.2 Contractor Employees: The contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the KO as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.6.20.2.1 Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges, which contain the company name and employee name in English. 1.6.20.2.2 The contractor shall not employ any person who is an employee of the U.S. Government if employing that person would create a conflict of interest. Additionally, the contractor shall not employ any person who is an employee of the Department of Army, either military or civilian, unless such person seeks and receives approval according to DOD 5500-7-R Joint Ethics Regulation. 1.6.20.2.3 The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station, change in duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor's ability to perform; however, their absence at any time shall not constitute an excuse for nonperformance under this contract.   PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. Acceptable Quality Level (AQL): The maximum percent defective, maximum number of defects per hundred units or number of defects in the lot that can be considered satisfactory on the average or degree of deviation from perfect performance for such specific contract requirement before the Government will consider contract performance unacceptable. As long as the defective performance does not exceed the AQL, the service will not be rejected by the Government. 2.2. Economically Repairable: A component, part or item is considered economically repairable if the cost to repair the component, part or item is less than one-half its current replacement cost as conclusively determined by the COR/ACOR or designated representative. 2.3. Facility Manager: The unit does not have a Facility Manager. 2.4. Minor Repair: Minor repair shall be interpreted to mean repair not to exceed eight (8) man-hours or Won 250,000.00 in parts and materials per VTC Suite display unit. For example: replacing a defective part that would not be considered a preventive maintenance action. 2.5. Performance Requirements Summary (PRS): Identifies the key service deliverables of the contract that will be evaluated by the Government to assure contract performance standards are met by the Contractor. 2.6. Preventive Maintenance(PM): The systematic care, servicing, inspection of equipment, utility systems, buildings/structures and ground facilities for the purpose of detecting and correcting incipient failures, preventing failures and making minor repairs. 2.7. Repair: Repair means the application of maintenance services in order to restore serviceability of an item by correcting specific damage, fault, malfunction or failure in a part, subsumable, module (component or assembly), end item or system. 2.8. Quality Assurance Surveillance Plan: A written document used by the Government for quality assurance surveillance. The document contains specific methods to perform surveillance of the Contractor's performance. 2.9. Quality Control: Those actions taken by the Contractor to control the production of goods or services so that they meet the requirements of the contract. 2.10. Response Time: Response for routine Service Order (SO) work will be the next business day after being notified by the COR/ACOR. Response for Emergency SO work will be 4 hours of notification by the COR/ACOR. Emergency SO calls will be handled 24/7 365 days a year. The contractor is responsible for making a telephonic response within four (4) hours of first notification of any service request. This contract allows for 12 emergency contractor callouts per year. 2.11. Service Order: Service order is unscheduled repair of equipment that has stopped functioning or not functioning to manufactures design specifications. Service Order come from customers that require restoration of existing services. Service Order may result in minor repair, replacement of parts or making adjustments to the VTC Suites. 2.2. ACRONYMS: [List all acronyms used in the PWS and what they represent. At a minimum, insert the acronyms provided below]. ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial Off the Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Plan TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide escort personnel to escort the contractor personnel at all times and include personnel to assist with production set-up of the VTC views. 3.2 Facilities: The Government will provide the facilities that the VTC suite is located in and the necessary workspace for the contractor staff to provide the support outlined in the PWS to include desk space, telephones, computers, and other items necessary to maintain an office environment. 3.3 Utilities: The Government will provide all utilities in the facility and these will be available for the contractor's use in performance of tasks outlined in this PWS. The Contractor shall instruct employees in conservation of utilities practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning equipment. 3.4 Equipment: The Government will provide the contractor will have access to, i.e., scanners fax machines, printers, telephone, computers that support the VTC suite, lighting and sound. 3.5 Materials: The Government will provide access to Standard Operating Procedures and Policies for this organization. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: The contractor is not required to possess and maintain a SECRET facility clearance from the Defense Security Service. If the Contractor's employees, performing work in support of this contract have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office they will not be granted access to any classified systems or information under the performance of this contract. 4.3. Materials: The Contractor shall provide all materials and equipment necessary to meet the requirements under this PWS]. 4.4. Equipment: The Contractor shall any specific equipment to perform maintenance to meet the requirements under this PWS that is not previously provided by the government. PART 5 SPECIFIC TASKS 5. Specific Tasks: (PRS#1) 5.1. Basic Services CCTV Preventive Maintenance Checklist (See Technical Exhibit # 3) 5.2. Contingency/Exercise Operations. The Contractor shall be responsible for all work and tasks identified in this PWS under a mobilization, contingency basis and during exercises. 5.3. Service Orders. (PRS #2). 5.3.1. The contractor shall perform Service Orders as required by the Contracting Officer (KO). The contractor shall establish a work order system to maintain control of service order requests. Service orders must be completed within the next business day of order. Emergency calls must be handled within 4 hours of receiving the call. Emergency calls may be done verbally at first, within the first 4 hours, but will be provided in writing by 0900 hours the next business day. 5.3.2. The Contractor shall furnish, in writing to the COR/ACOR before contract start date and as changes occur, a Point of Contract (POC) to receive work control documents. POC shall be available and able to be contracted on a 24 hour basis 7 days a week. The Contractor shall provide a local telephone number where the Contractor can be notified or contacted in case of emergency. Answering services and recordings are not sufficient for this purpose. 6. Supplies and Materials: The Contractor shall procure all repair parts and supplies for any unscheduled maintenance generated by delivery orders. The contractor shall request the COR/ACOR approval for purchases of any single repair part that is reimbursable to the customer so that funding can be approved/secured. 6.1. The contractor shall not order any supplies and materials that fail to comply with LCS funding rules. All supplies and materials shall be 100% compatible with the manufactures required replacement material, components and parts to fit originally installed item or equivalent unless otherwise instructed in writing by the COR/ACOR. 6.1.2 The contractor, in procuring parts or material under this contract, shall evaluate purchases as though he/she is procuring for his/her own use. The contractor shall diligently seek those vendors who are in competition with each other with the intent of procuring the best product at the lowest price. The contractor when necessary shall negotiate with vendors in an effort to obtain the lowest prices and shall whenever possible; submit the three (3) lowest vendor quotes for final determination of reasonableness of price by the KO. 6.1.3. The contractor shall be capable of verifying the failure source for AMX touch panel problems. The contractor shall perform program debugging if necessary. The contractor will be required to have certificate of ACE (AMX Certified Expert) on staff to ensure the quality of service. 6.1.4. Prior to initiating an action to procure acquired parts, the contractor shall prepare a proposal containing certification by the COR/ACOR as to the need for the item in the description and quantities specified and that those parts are not available through the Government supply system. This quotation will be forwarded to the Commander, 19th ESC, Unit# 15015, ATTN: EANC-DGM-MAC, APO AP 96218-5015 for review and submission to the Contracting Officer. Upon completion of negotiation, a Delivery Order (SF 1449) will be issued by the Contracting Officer. In no event, shall the contractor proceed to procure or fabricate parts or material prior to issuance of a Delivery Order authorizing such action. 6.2. Removed Parts/Equipment and Material: Items determined by the COR/ACOR as too costly to be repaired shall be disposed of in the following manner: 6.2.1. Items designated by the COR/ACOR to have a salvage value will become the property of the Government and will be delivered by the Contractor to the Government as directed by the COR/ACOR. 6.2.2. Items determined by the COR/ACOR not to have a salvage value shall become the property of the Contractor and shall be disposed of off base by the Contractor at the Contractor's expense. 7. Operations and Maintenance Records. See Contract Data Requirement List. 7.1. The contractor shall maintain the existing equipment file for each piece of equipment or system listed. 7.1.2. Record Maintenance: The Contractor shall maintain record of warranties on equipment under warranty and under the management of this contract. 7.1.3. The Contractor's Responsibility: In the event of an equipment failure or other problems with equipment covered by the warranty provisions, the contractor shall notify the COR/ACOR the next business day after the discovery. 7.1.4. The Contractor shall maintain current O&M manuals, manufacturer's literature, current warranty information (if applicable) and other information as appropriate. 7.1.5. Deficiency Reporting. When equipment or systems defects are found, they shall be reported in writing to the designated the COR/ACOR by the end of the day. 7.1.6. Quarterly Production Report (PRS #3). The contractor shall provide a quarterly production report of all QC inspections made by the contractor. The inspection results, any corrective actions, re-inspections and results will be provided on the 5th work day of each month. 8. Safety. Work shall be conducted in a safe manner and shall comply with local safety requirements. If the Contractor fails or refuses to comply with safety requirements, the COR/ACOR may stop work if the contractor is using equipment or tools in an unsafe manner. He will then notify the KO so that the KO can issue an order stopping all or part of the work until corrective action has been taken. No part of the time lost due to any such stop order shall be made the subject of claim for extension of time or for excess costs or damages to the Contractor. 9. CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also know as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 6 APPLICABLE PUBLICATIONS 11. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 11.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. AR 25-2, AR 380-5.) PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 12. Attachment/Technical Exhibit List: 12.1 Attachment 1/Technical Exhibit 1 - Deliverables Schedule Video Security Cameras Serial List for RCC-K, CCTV System October 21, 2012 No Description Vendor Model No. Serial No. 1 DVR, 32 channel, 1TB Pelco DX8116 106SHTX016785 2 DVR EXPANTION Pelco DX8100-EXP 104KVWP789145 3 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG0 4 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG1 5 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG2 6 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG3 7 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG4 8 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG5 9 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG6 10 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG7 11 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG8 12 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWG9 13 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWH0 14 ESPIRIT PRESSURIZED Camera Pelco 11348 ACH-VWH1 15 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QK10 16 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QK11 17 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QK12 18 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QK18 19 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QK27 20 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QK39 21 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QK71 22 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QJY7 23 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QJZ0 24 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QJZ2 25 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QJZ5 26 ESPIRIT PRESSURIZED Power Supply Pelco 11342 ACH-QJZ6 27 IN-CEILING HOUSING Pelco DF5S-0 ABY-TDD8 28 FIXED CAMERA HOUSING Pelco DF5-PG-E0 ACH-SC83 29 FIXED CAMERA HOUSING Pelco DF5-PG-E0 ACH-SC84 30 FIXED CAMERA HOUSING Pelco DF5-PG-E0 ACH-SC85 31 FIXED CAMERA HOUSING Pelco DF5-PG-E0 ACH-SC86 32 FIXED CAMERA Pelco C10CH-6 AA099714 33 FIXED CAMERA Pelco C10CH-6 AA099718 34 FIXED CAMERA Pelco C10CH-6 AA099719 35 FIXED CAMERA Pelco C10DN-6 AD043484 36 FIXED CAMERA Pelco C10DN-6 AD043489 12.2 Attachment 2/Technical Exhibit 2 - Estimated Workload Data Must be a part of the PWS and not an exhibit Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required-usually a shall statement) include PWS para reference Standard (Identify how a performance objective should be measured. I.E. -How and when will I know that the outcome has been satisfactorily achieved?) Performance Threshold This is the maximum error rate. Method of Surveillance PRS # 1. The contractor shall provide quarterly CCTV Services, PWS paragraph 5. The contractor provided a demonstrated conditions that meet all the functionally requirements in PWS #1. To ensure that the systems operate according to the manufactures specifications. If all the functionality is not operational provide a solution or a replacement parts requirement. Zero errors per quarter. Must meet this requirement at least 95% of the time by Random Sampling as Validated by the Customer. PRS # 2 The contractor shall provide quarterly CCTV Services, PWS #2 paragraph 5.5 Service orders must be completed the next business day after the order. Emergency calls must be handled telephonically within 4 hours of receiving the call and on site the next business day to meet the requirements in PWS #2. The contractor will provide a copy of their call log to the unit at each quarterly maintenance. This is a 100% inspection of the service providers call log. Zero errors per quarter 95% of routine calls the next business day. 99% of emergency calls make contact telephonically within 4 hours. 100% Inspection as Validated by the Customer. PRS # 3 Quarterly Production Report, PWS #3 paragraph 7.1.6 The contractor shall provide a quarterly production report of all QC inspections made by the contractor. The contractor will provide a copy of their call log to the unit at each quarterly maintenance. This is a 100% inspection of the service providers call log Zero errors per quarter. Quarterly production report must be accurate, to include findings and corrective taken. This is 100% inspection as Validated by the Customer.   TECHNICAL EXHIBIT 1 DELIVERABLES SCHEDULE Deliverable Frequency # of Copies Medium/Format Submit To PRS # 2 The contractor shall provide quarterly CCTV Services, PWS #2 paragraph 5.5 Service orders must be completed within next business day of the order. Emergency calls must be handled telephonically within 4 hours of receiving the call to meet the requirements in PWS #2. The contractor will provide a copy of their call log to the unit at each quarterly maintenance. This is a 100% inspection of the service providers call log. 95% of routine calls within the next business day. 99% of emergency calls contacted telephonically within 4 hours. Repairs the next business day. 100% Inspection as Validated by the Customer. PRS # 2 The contractor shall provide quarterly VTC Services, PWS #2 paragraph 5.5 PRS # 3 Quarterly Production Report, PWS #3 paragraph 7.1.6 The contractor shall provide a quarterly production report of all QC inspections made by the contractor. The contractor will provide a copy of their call log to the unit at each quarterly maintenance. This is a 100% inspection of the service providers call log Quarterly production report must be accurate, to include findings and corrective taken. This is 100% inspection as Validated by the Customer. PRS # 3 Quarterly Production Report, PWS #3 paragraph 7.1.6 TECHNICAL EXHIBIT 2 ESTIMATED WORKLOAD DATA There is no technical data provided by the current maintenance contractor to support this. The contractor under this contract will provide at the end of the year a concise rollup of all the required data. (See Format below). (This technical exhibit lists the historical workload data, i.e., the hours previously performed under the PWS by labor category. This workload data should be used to prepare the Independent Government Cost Estimate (IGCE), if available. Note: Based on the PWS, historical workload data can be provided in other formats, i.e., the volume of tasks order issued over a five year period, the number of users by locations requiring Information Technology Support, etc.) ITEM NAME ESTIMATED QUANTITY 1 [Insert the Labor Category, i.e., Contract Manager, etc.] ________ [Insert the number of hours, i.e., 200 HRs, etc.] 2 [Continue to insert the Labor Categories, using example provided above.] ________ [Same as above.] 3 [Same as above.] ________ [Same as above.] 4 [Same as above.] ________ [Same as above.] 5 [Same as above.] ________ [Same as above.]   TECHNICAL EXHIBIT 3 PREVENTIVE MAINTENANCE PRS #1 Specific Tasks: (PRS#1) Basic Services CCTV Preventive Maintenance Checklist Camera & Housing: ** Verify the following o Camera / lens focus and auto iris adjusted properly. o Camera field of view is adjusts to customer's requirements. o Camera / housing viewing window is clean, inside and out. o Camera lens is dust free. o Interior of camera enclose is clean and dry. o Check operation of pan tilt and zoom focus. o Use controller in NOC to check all these operations. Wire & Cable: ** Verify the following o Check wiring and cable harnesses for wear and fray. o Check to make sure cable is dressed properly. o Check connector and cable entry point for loose wiring. o Coaxial cable is transmitting and adequate video signal to NOC. o Signal should be free of distortion, tearing, hum-bars, Electrical Magnetic Interference (EMI) and rolling, etc. Control Equipment: ** Verify the following o Monitors are free from picture burn-in, and distortion. o Monitors have proper contrast and brightness. o DVR is functioning properly and providing distortion free recoding. o DVR should be sent out for professional cleaning, and belt changes. o This should occur on a regular basis (at least every 18 months. o All control equipment is operational. o Switcher allows proper sequencing and call up. o Matrix switcher keyboards are operational. o Clean all monitor screens, control panels and keyboards with diluted cleaning solution; o Check all coaxial connection on the back of panels for loose connections. o Check all power conditions to insure AC plugs are not loose or power cable frayed. Training: o Contractor is not required to provide operational training to personnel as unless requested at government expense to newly assigned personnel on the operations of the DVR and Camera systems. o To include changing views, moving a camera from one position to another, focusing and minor troubleshooting. Mechanical: Electrical Hazard: This CCTV system may have multiple power sources. Turn off the CCTV equipment, disconnect all power sources and lock out the power before performing any electrical or mechanical service on the unit. Appropriate personal protective equipment should be worn when checking hazardous voltages. Software / Firmware Upgrades: Download as released by Pelco and upload to the system as required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6d8a2d19ee222adb438eac2b1d90a2b5)
 
Place of Performance
Address: Daegu, Korea, South
 
Record
SN04076081-W 20160409/160407234256-6d8a2d19ee222adb438eac2b1d90a2b5 (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.