|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis
Highway, Arlington, VA 22242-5160 W -- RENTAL, MAINTENANCE AND REPAIR OF EXISTING INTRUSION DETECTION
SYSTEMS (IDS) EQUIPMENT. 7 DAYS-A-WEEK/24 HOURS-A-DAY MONITORING AT THE
CONTRACTOR'S FACILITY. SOL N00024-97-R-9011 DUE 091297 SOL
N00024-97-R-9011 DUE 091297 POC Eric A. Crown, Contract Specialist
(703) 602-8997 (i) This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.
(ii) This SOLICITATION NUMBER N00024-97-R-9011 is issued as a request
for proposal (RFP). (iii) This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular #90-46 and Defense Acquisition Circular #91-12. (iv) FAR
52.219-8, Utilization of Small and Small Disadvantaged and Women-Owned
Small Business Concerns is hereby incorporated by reference. (v)
Contract Line Item Numbers (CLINs), quantities and units of measure can
be located at the NAVSEA Contracts Website, under the applicable
Solicitation number: http://www.contracts.hq.navsea.navy.mil. (vi)
Description Of Requirements: The Naval Sea Systems Command (NAVSEA)
intendsto enter into a sole source contract with ADT Security Systems
Mid-South, Inc. (ADT) for the rental, maintenance, repair, and
alteration of copyrighted ADT Security Alarm Systems installed in
NAVSEA facilities in the Crystal City, Arlington, VA area. The contract
also requires the monitoring of all NAVSEA security alarm systems from
the contractor's facility on a 24 hour per day/7 day per week basis.
This procurement is for a follow-on contract to N00600-94-C-2502,
placed with ADT. NAVSEA currently leases several ADT alarm systems
throughout its Crystal City offices. Several of these systems are
installed in Sensitive Compartmentalized Information Facilities
requiring a high degree of security. The contractor is required to
provide an annunciator panel/monitoring capability for all the alarm
systems. ADT is the only company that can provide the panel monitoring
for the existing ADT equipment. The equipment is proprietary to ADT,
hence, they are the only source of supply for the components required
for repair, maintenance and system alteration. It is not considered
cost or time effective to discontinue use of the ADT system and adopt
a new form of system, as NAVSEA plans to vacate its Crystal City
offices within the term of the contract. (vii.) The period of
performance is for one base year, beginning 01 October 1997 through 30
September 1998, with three subsequent option years. Delivery
constitutes maintenance/service/repair/alteration of security equipment
at NAVSEA facilities in Crystal City (FOB Destination -- specific
locations cannot be disclosed), with concurrent monitoring at the
contractor's facility (FOB Origin). Acceptance shall be made at
destination. (viii.) FAR 52.212-1, Instructions to Offerors-Commercial
(Jun 1997), is incorporated by reference. (ix.) FAR 52.212-2,
Evaluation-Commercial Items Oct 1995), is incorporated by reference.
ADDENDUM -- 52.212-2, Para. (a): The following factors shall be used to
evaluate offers: technical capability and price. Technical capability
is approximately equal to price. Offerors must include details of the
offeror's ability to install new security alarm systems while old
systems are being removed, with no loss of security to facilities at
any time. Offerors must demonstrate ability to monitor all new systems
with no loss of security during the installation/configuration
process. Offerors must specify interim measures (i.e. private security
force, etc.) used to assure no loss in security during
installation/configuration process. Offerors must provide a breakdown
of the installation, configuration, rental, maintenance, service, and
repair costs for a one year period (service and repair costs shall be
submitted as an hourly rate; materials charged at cost). The cost of
installation, configuration, and any interim security measures shall be
added to the rental/maintenance/service/repair costs in evaluating
cost. (x.) FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items (Jan 1997) is included in full text,
and is available at NAVSEA's website. Offerors shall include a complete
copy of the provision 52.212-3 with its proposal. (xi.) FAR 52.212-4
and Contract Terms and Conditions-Commercial Items (May 1997) is
incorporated by reference. (xii.) FAR 52.212-5, Contract Terms And
Conditions Required To Implement Statutes Or Executive
Orders-Commercial Items (Oct. 1995) is incorporated in full text and is
available at the NAVSEA website. For paragraphs (b) and (c), all
checked clauses are applicable, as indicated in the clause. Offerors
shall submit a written subcontracting plan, IAW 52.219-9, as part of
their proposal. (xiii.) Additional Contract Requirements. The following
clauses are incorporated by reference: FAR 52.203-8, Cancellation,
Rescission, And Recovery Of Funds For Illegal Or Improper Activity (Jan
1997), 52.204-6, Contractor Identification Number -- Data Universal
Numbering System (Duns) Number (Dec 1996), 52.212-1, Instructions To
Offerors -- Commercial Items (Oct 1995), 52.212-2, Evaluation --
Commercial Items (Oct 1995), 52.212-4, Contract Terms And Conditions --
Commercial Items (Aug 1996), 52.215-5, Solicitation Definitions (Jul
1987), 52.215-7, Unnecessarily Elaborate Proposals Or Quotations (Apr
1984), 52.215-8, Amendments To Solicitations (Dec 1989), 52.215-9,
Submission Of Offers (Mar 1997), 52.215-10, Late Submissions,
Modifications, And Withdrawals Of Proposals (Mar 1997), 52.215-12,
Restriction On Disclosure And Use Of Data (Apr 1984), 52.215-13,
Preparation Of Offers (APR 1984), 52.215-14, Explanation To Prospective
Offerors (Apr 1984), 52.215-15, Failure To Submit Offer (Jul 1995),
52.215-16, Contract Award (Oct 1995) And Alternate Ii (Oct 1995) and
Alt II, 52.215-18, Facsimile Proposals (Dec 1989), 52.215-19, Period
For Acceptance Of Offer (Apr 1984), 52.215-41, Requirements For Cost Or
Pricing Data Or Information Other Than Cost Or Pricing Data (Jan 1997),
52.219-16, Liquidated Damages-Subcontracting Plan (Oct 1995),
52.225-11, Restrictions On Certain Foreign Purchases (Oct 1996),
52.232-17, Interest (Jun 1996), 52.232-18, Availability Of Funds (Apr
1984), 52.232-33, Mandatory Information For Electronic Funds Transfer
Payment (Aug 1996), 52.233-2, Service Of Protest (Aug 1996), 52.233-3,
Protest After Award (Aug 1996), 52.237-1, Site Visit (Apr 1984),
52.237-2, Protection Of Government Buildings, Equipment, And Vegetation
(Apr 1984), 52.237-3, Continuity Of Services (Jan 1991). The following
clauses are incorporated in full text, and can be viewed at the NAVSEA
website: FAR 52.215-6, Type Of Business Organization (Jul 1987),
52.215-11, Authorized Negotiators (Apr 1984), 52.215-20, Place Of
Performance (Apr 1984), 52.217-5, Evaluation Of Options (Jul 1990),
52.217-8, Option To Extend Services (Aug 1989), 52.217-9, Option To
Extend The Term Of The Contract (Mar 1989), 52.232-29, Terms For
Financing Of Purchases Of Commercial Items (Oct 1995), DFAR
252.212-7000, Offeror Representations And Certifications -- Commercial
Items (Nov 1996), 252.212-7001, Contract Terms And Conditions Required
To Implement Statutes Or ExecutiveOrders -- Commercial Items (Feb
1997), 252.225-7000 Buy American Act -- Balance Of Payments Program
Certificate (Dec 1991). Offerors shall include a complete copy of the
provision DFAR 252.225-7000 Buy American Act -- Balance of Payments
Program Certificate (DEC 1991) with its proposal. (xiv.) DPAS rating is
C9E. (xv.) CBD Numbered Note: N/A (xvi) One proposal is due 9/12/97 at
2:00 PM Eastern Time at the Naval Sea Systems Command, Code 029P Bldg.
NC3/Room 4E12, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160.
Offerors MUST acquaint themselves with the NEW regulations concerning
Commercial Item acquisition contained in FAR subpart 12 and must ensure
that all Representations and Certifications are executed and returned
as called for in this solicitation. (xvii) For questions regarding this
specific acquisition contact Mr. Eric A. Crown (703) 602-8997. (0247) Loren Data Corp. http://www.ld.com (SYN# 0117 19970909\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|