|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#2398National Park Service, Harpers Ferry Center, Office of Acquisition
Management, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia
25425-0050 63 -- ADDRESSABLE FIRE DETECTION SYSTEMS, INTRUSION DETECTION AND
CLOSED CIRCUIT TV SECURITY SYSTEMS SOL RP111699038 DUE 091399 POC
Kimberly A. Strite, Contract Specialist, (304) 535-6485 E-MAIL:
debbie_haarman@nps.gov, debbie_haarman@nps.gov. The National Park
Service, Harpers Ferry Center, is soliciting proposals for Addressable
Fire Detection Systems, and Intrusion Detection, and Closed-Circuit TV
Security Systems for the Harpers Ferry Center Interpretive Design
Center Complex. This synopsis is issued under Part 12, Acquisition of
Commercial Items, of the Federal Acquisition Regulations (FAR) --
Request for Proposal Number RP111699038. This acquisition will be
conducted under the Simplified Acquisition Procedures authorized in
Part 12 and as set forth in Subpart 13.5. It will be a "Brand Name or
Equal" solicitation. Unless clearly marked, the offered item(s) shall
be considered as the brand name product(s) set forth in the
solicitation. The successful contractor will be required to provide all
personnel, equipment, tools, materials, supervision, and other items
and services necessary to install Addressable Fire Detection Systems in
six facilities, Intrusion Detection Systems in five facilities, and two
Closed-Circuit TV Security Systems in two facilities at the Harpers
Ferry Center, Interpretive Design Center. The contractor must be
located within a 100-mile radius of Harpers Ferry Center, Harpers
Ferry, West Virginia and also be able to provide on-site repair for all
systems within a 24-hour period. The contractor will be required to
develop final record drawings for the project using an AutoCAD system
compatible with Government specified systems. The contractor will also
be required to provide factory-trained and certified fire system
installers on both the Addressable Pyrotronics MXL and Silent Knight
Systems. The solicitation with specifications and drawings will be
issued on August 16, 1999. A cost proposal and past performance
references will be due on or before September 13, 1999. For firms
selected into the Competitive Range, an oral presentation will be
required. Oral presentations are planned for September 15 and 16, 1999.
Notification of the exact time and specific date for your oral
presentation will be September 14, 1999. The Government anticipates
award of a firm-fixed-price Contract on September 30, 1999. Delivery
and installation will be required on or before January 30, 2000. On
August 31, 1999 at 9:00 a.m., a site visit and pre-proposal conference
will be held. Interested offerors are invited to meet at the Harpers
Ferry Center, Interpretive Design Center. Refer to
http://www.nps.gov/hfc/directions.htm for directions. A tour of the
facilities will be conducted and questions regarding the solicitation
document will be answered at that time. On September 15 and 16, 1999,
oral presentations from firms in the competitive range will be
entertained. You will be required to present information to an
evaluation panel specifically in the areas defined below that will be
used for the purpose of final selection. Presentations should consist
of examples of three recent contracts of similar equipment, complexity
and service, the personnel proposed for use on this contract, your
ability to meet the contract schedule and the contract price. The
provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items
applies. The provision at FAR 52.212-2, Evaluation -- Commercial Items
applies. The following factors will be used to evaluate the oral
presentation: (a) Past Performance, with extensive and demonstrable
experience installing Addressable Fire Detection Systems, Intrusion
Detection Systems and Closed-Circuit TV Security Systems; (b)
Qualifications of Personnel Proposed for Use Fire Systems Lead
Technician and Installers must be factory-trained and certified on both
the Addressable Pyrotronics MXL and Silent Knight Systems; (c) Ability
to meet the Contract Schedule; and (d) Contract Price. The provisions
at FAR 52.212-3, Offeror Representations and Certifications --
Commercial Items applies and is required with your proposal submission.
FAR 52.212-4, Contract Terms and Conditions -- Commercial Items
applies. FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items applies.
Other applicable clauses will be a part of the negotiated contract. The
contractor will also be required to conform to all park regulations and
directives that pertain to security, safety, and fire in so far as they
apply to the contractor's activities. Request for Proposal Number
RP111699038, Addressable Fire Detection Systems, and Intrusion
Detection, and Closed-Circuit TV Security Systems for the Harpers Ferry
Center, Interpretive Design Center Complex will be available on the
Internet on August 16, 1999 at http://www.nps.gov/hfc/support. You must
e-mail or fax your firm's name, address, telephone number, fax, e-mail
address, and contact person to Debbie Haarman, Procurement Technician
at: debbie_haarman@nps.gov or Facsimile at (304) 535-6424 so that you
can be mailed the contract drawings and other appropriate forms and
your firm's name will be added to the bidder's list to receive any
amendments that may be issued for this solicitation. Envelope or
facsimile requesting RFP shall be marked as follows: "RP111699038,
Addressable Fire Detection Systems, and Intrusion Detection, and
Closed-Circuit TV Security Systems for the Harpers Ferry Center,
Interpretive Design Center Complex." THIS SOLICITATION IS A TOTALLY
SET-ASIDE FOR A SMALL BUSINESS SIC CODE 1731, Size Standard of 500
Employees.***** Posted 07/27/99 (W-SN359707). (0208) Loren Data Corp. http://www.ld.com (SYN# 0353 19990729\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|