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