SOLICITATION NOTICE
63 -- Supply and Installation of Ramped Security Turnstiles including 5 Year Preventative Maintenance and Repair Services - Statement of Work
- Notice Date
- 9/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT5717Q80146
- Archive Date
- 10/31/2018
- Point of Contact
- Christine L. Guy, Phone: 6174943559
- E-Mail Address
-
christine.guy@dot.gov
(christine.guy@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5716Q80146 is issued as a Request for Quotation (RFQ). This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 2005-95, effective January 19, 2017. This procurement is being solicited under NAICS code 561621 small business size standard $20.5 million. This Combined Synopsis/Solicitation is being issued as small business set-aside. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement for Supply and Installation of Five Ramped Security Turnstiles. The contractor is required to provide all requested services in accordance with the Statement of Work (SOW) below. Statement of Work (SOW) - Begin Department of Transportation Volpe National Transportation Systems Center Security Turnstiles Statement of Work SCOPE Contractor shall supply and install security turnstiles with single bar or clear acrylic panel barrier (if clear acrylic barrier it must include DOT Emblem embossed, example will be provided upon request) as detailed below: 5 Ramped Lanes Total: • Front Building Entry: 3 ramped lanes including 1 Americans with Disabilities Act (ADA) Access with total width across all lanes equal to but not more than 11' 8'' • Second Building Entry: 2 ramped lanes including 1 ADA Entry with total width across all lanes equal to but not more than 9' 8'' • Each entry must include:  2 manual control panels  ADA passage width must be 36"*  Standard lane passage width must be 20"*  Height must be 36"* * Height/width guidelines provided above are approximate but all equipment must meet ADA standards. Power/Noise 120 VAC, 50/60 Hz Power Consumption: Operating 35W/Stationary 25W (must be within 5W) Ambient Temperature: 5 degrees Fahrenheit - 120 degrees Fahrenheit Noise: Not to exceed 55dB Software/Card Reader Compatibility Security turnstiles shall: • Be compatible with Lenel Access Control System • Include Card Reader Mount Option on all lanes (ADA Lanes must have Holder for access from both left/right side). • Have installation of software to ensure compatibility with Lenel Installation Requirements Upon award contractor shall: • Field verify existing conditions, dimensions for placement and power requirements prior to manufacture/order of equipment and installation. • Provide full installation to include all power requirements to source. Power source currently in place for existing turnstiles can be used for installation. • No wiring or power cords will run through existing floors/walls and all must be covered. • Steel raised floor platforms must be used to ensure damage cannot occur from foot traffic across lanes. Removal/Disposal Contractor shall remove and dispose of existing Turnstiles and all associated materials. Recycling/disposal of existing turnstiles and materials shall be done in accordance with appropriate Federal, State and Local laws and documentation of proper disposal shall be provided to the Government. WARRANTY Contractor shall warranty of all work and equipment for 12 months upon installation. 5 YEAR PREVENTATIVE MAINTENANCE AND REPAIR SERVICES: Contractor shall provide 5 year preventative maintenance and repair plan which includes regular preventive maintenance scheduled at least annually and repair response within 24 hours of request. SUBMITTAL REVIEW UPON AWARD Upon award, contractor shall provide security turnstiles equipment placement drawings with catalog cuts and manufacturers schematics for concurrence by the Government prior to manufacture/order of equipment. SUSTAINABLE AQCUISITION REQUIREMENT To the maximum extent possible and consistent with Federal Acquisition Regulations Part 23, the government requires during the performance of the work under this SOW the Contractor is to provide or use products that are energy efficient (Energy Star) or Federal Energy Management Program (FEMA) designated; water-efficient; bio based; environmentally preferable; non-ozone depleting; or made with recovered materials. Unless otherwise identified in this SOW, each recovered materials or bio based content of EPA or USDA designated product. The sustainable acquisition requirements specified herein apply only to products that are required to be (1) delivered by the Government during contract performance; (2) acquired by the contractor for use in performing services (including the Government or specified in the design of a building work or incorporated during its construction, removal or maintenance. SHIPPING ADDRESS AND HOURS U.S. DOT/Volpe Center David Coombs, V241 125 Munroe Street Receiving Dock Cambridge MA 02142 Monday - Friday 6:30AM - 3:00PM Statement of Work (SOW) - End REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of a technically acceptable proposal. The Offeror's price quotation shall include a firm fixed price for each CLIN identified below and the total firm fixed price for CLINS 0100-0300. CLIN 0100 Supply and Install Single Bar or Clear Acrylic Panel (with DoT Logo) Turnstile Security Barriers for 2 ADA compliant lanes. See attached Specifications for measurements and further requirements. 2 Lanes X $_____________ /each = $_____________________ CLIN 0200 Supply and Install Single Bar or Clear Acrylic Panel (with DoT Logo) Turnstile Security Barriers for 3 lanes. See attached Specifications for measurements and further requirements. 3 Lanes X $_____________ /each = $_____________________ CLIN 0300 Five year service agreement to include warranty and annual preventive maintenance on all Turnstile Security Barriers. See attached Specifications for further requirements. 5 Year Service Plan $__________________ BASIS FOR AWARD An award will be made to the responsive and responsible Offeror whose offer, conforming to Combined Synopsis/Solicitation, is determined to offer the best value to the Government in terms of: 1) technical acceptability and 2) price. It is the Government's intent to award a firm fixed price purchase order based upon initial offers without entering into discussions or negotiations (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price standpoint, reflecting ANY AVAILABLE DISCOUNTS. While it is the Government's intent to make award based upon initial offers, the Government may, nevertheless, determine during the evaluation period that it is necessary to conduct discussions. NOTICE TO OFFERORS FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in Attachment 2). An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable proposal. FAR Clauses and Provisions 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, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209.6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-37, 52.222-50, 52.223-13, 52.225-18, and 52.232-33. Transportation Acquisition Regulation clause TAR 1252.223-73 Seat belt use policies and programs is hereby incorporated by reference. The FAR and TAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far and http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition- regulation-tar This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christine Guy, V222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Christine.guy@dot.gov by closing date of September 13, 2017 at 12:00 p.m. ET. No telephone requests will be honored. The Government will not pay for any information received. It is anticipated that an award resulting from this combined synopsis/solicitation will be made on or about September 22, 2017. The following FAR provision is incorporated by full text: 52.203-98 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS- REPRESENTATION (FEB 2015) (DEVIATION 2015-02) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) The following FAR provision is incorporated by full text: 52.203-99 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (DEVIATION 2015-02) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/641655d3c11b955883adf039ae1115d4)
- Place of Performance
- Address: Contractor Site and DOT/Volpe Center, 55 Broadway, Cambridge, Massachusetts, 02142, United States
- Zip Code: 02142
- Zip Code: 02142
- Record
- SN04661098-W 20170907/170905231525-641655d3c11b955883adf039ae1115d4 (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 |