Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174

Deputy Chief of Staff for Contracting, US Army Space Command, Attn: MOSC-SC, 1670 N. Newport Road, Colorado Springs, CO 80916-2749

J -- INSPECT, REPAIR, AND MAINTAIN CLOSED CIRCUIT TELEVISION SYSTEM AT CAMP ROBERTS, CA SOL DASG62-98-R-0015 DUE 091698 POC Bob Nyquist, Contract Specialist, (719) 554-8828 E-MAIL: Click here to contact the Contract Specialist via, nyquistb@arspace-emh2.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested herein and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) Number DASG62-98-R-0015 as a 100% set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. The Standard Industrial Classification Number is 3663, and the Business Size Standard is 750 employees. DESCRIPTION: The offeror shall provide all material, equipment, supplies, personnel, facilities, transportation, licenses, permits, and clearances necessary to inspect, repair, and maintain the closed circuit television system (hereafter referred to as the System) identified herein to protect U.S. Army Space Command (ARSPACE) facilities located at D Company, U.S. Army Space Command (FWD), Building 18012, Camp Roberts, CA 93451. The system is Government property and consists of the following Burle equipment: ICD Camera/Lens/Housing -TC 406-Z2 -- 4 each; 1/2" CCD Camera TC 352 -- 2 each; 24 VAC XFMR-TC 1324 -- 2 each; Sunshield -- TC 1366 -- 4 each; Exterior Mount -- TC 9222WM -- 4 each; Support -- NA -- 4 each; Exterior Pan & Tile -- TC 61250 PT -- 5 each; Infrared Illuminator -- TC 8245IRW -- 2 each; Pan Tilt Zoom Control -- TC 6135 -- 4 each; 19" Monitor -- TC 1119 -- 4 each. The contractor shall inspect the system and render a written condition report to the Government Contracting Officer within 10 days after award of the contract. If deficiencies in the System are noted in the condition report, the contractor shall list specific actions required to cure the deficiencies. The Contractor shall perform preventive maintenance in accordance with the manufacturer's recommendations, however, preventive maintenance shall be performed at least every 6 months to ensure the System is maintained at optimal operational capability throughout the life of the contract. The Contractor shall provide a written report to the COR within 5 days after each maintenance inspection. The report will detail malfunctions and corrective actions taken and identify any issues/discrepancies that require resolution by the Government. The contractor shall perform all remedial maintenance necessary to maintain the System in optimal working order. The Contractor shall provide a point of contact who shall respond to service calls 24 hours a day, 7 days a week, including holidays. The Contractor shall acknowledge service calls within 15 minutes of initial notification and shall provide personnel on-site to commence diagnostics and corrective action not later than 8:00 AM the next working day. The Contractor shall restore the System to working order within 4 hours of reporting tothe site. The Contractor shall provide a written report to the COR within 5 days after each service call. The report will describe, in detail, malfunctions and corrective actions taken and any discrepancies that require resolution by the Government. The Department of Labor Wage Determination applicable to this action is the current No. 94-2063 for California. All work/services/ products shall conform to national and local codes established as industry standards. It is strongly encouraged that serious offerors attend the scheduled site visit. Only one site visit will be held. It will be on Thursday, 10 Sep 1998, at 9:00 A.M., Pacific Time. Anyone intending to attend the site visit must provide by e-mail/FAX your company point of contact with telephone number and address NLT 4:00 P.M., Mountain Time on 8 Sep 1998 to Bob Nyquist at nyquistb@arspace-emh2.army.mil or FAX (719) 554-8838. Offerors shall structure their proposal to include a Base price (CLIN 0001-1 Oct 98 -- 30 Sep 99) for the inspection, repair,and maintenance of the CCTV system. Offerors shall structure their proposal to include a Base price (CLIN 0001-1 Oct 98 -- 30 Sep 99) as well as 3 Option years, (Option 1 -- CLIN 0002, 1 Oct 99 -- 30 Sep 00), (Option 2 -- CLIN 0003, 1 Oct 00 -- 30 Sep 01), (Option 3 -- CLIN 0004, 1 Oct 01 -- 30 Sep 02), for the inspection, repair, and maintenance of the CCTV system. The system acceptance point is HQ, US Army Space Command, 1670 N. Newport Road, Colorado Springs, Colorado 80916. PROPOSAL PREPARATION INSTRUCTIONS: Any interested/qualified sources that believe they can provide the required system maintenance service must respond with a offer no later than 4:00 P.M., Mountain Time, 16 Sep 1998. All such responses will be evaluated IAW FAR 52.212-2, Evaluation -- Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical Capability -- ability to provide the services stated herein; (2) Schedule -- ability to meet or exceed required preventive/remedial maintenance service schedules; (3) Past Performance -- ability to consistently deliver and maintain quality services and technical support in a timely manner and, (4) Total Proposed Price -- most advantageous price considering all other factors. Price: The Government will consider price and price related factors in the evaluation of offers. Past performance is not an evaluation factor, but will be used to determine responsibility of the offeror (see in this respect FAR 9.104-1). Relative order of importance: The evaluation criteria set forth above is listed in descending order of importance. Basis for Award: The Government will select for award the proposal that is deemed most advantageous to the Government considering Technical Compliance, Delivery, and Price. The Government may select for award the offeror whose total price is not the lowest, but whose proposal is deemed sufficiently more advantageous to the Government so as to justify the payment of a higher price. Conversely, the Government may select for award the offeror whose price is lowest when other proposals are not sufficiently more advantageous to as to justify the higher price. Prices shall be structured in accordance with the CLIN structure stated above. Failure to submit a complete proposal may be reason for the proposal to not be considered. For planning purposes, you may presume the date of contract award is no later than 1 October 1998. Acceptance point is HQ, US Army Space Command, 1670 N Newport Road, Colorado Springs, Colorado 80916. For on-site work, Government workdays are between the hours of 0800 and 1600, PST. The Offeror shall provide a minimum of 3 references to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion, therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth in this citation for evaluation may render the offer non-responsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. . FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers -- Offeror agrees to hold the prices in its offer firm for 60 days after the Government receipt of proposals. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act -- Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data -- Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-AR-CM, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All offers not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile, however, it is the responsibility of the Offeror to ensure receipt of the entire proposal to include supporting data (catalog cut sheets, past performance information, etc.) -- see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 4:00 P.M., MT, 16 Sep 1998. The point of contact for all information regarding this acquisition is Bob Nyquist at (719) 554-8828, e-mail at nyquistb@arspace-emh2.army.mil. Numbered Note 1 is applicable to this acquisition. Posted 09/02/98 (W-SN245092). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0033 19980904\J-0002.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page