COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10, 2001 PSA #2764
SOLICITATIONS
R -- INTRUSION/DETECTION ALARM SYSTEM
- Notice Date
- January 8, 2001
- Contracting Office
- USPFO for Missouri, Purchasing and Contracting, 7101 Military Circle, Jefferson City, MO 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- DAHA23-01-T-0016
- Response Due
- January 26, 2001
- Point of Contact
- Patsy Huth, (573)638-9629
- E-Mail Address
- patsy.huth@mo.ngb.army.mil (patsy.huth@mo.ngb.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in 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. This solicitation is issued as a Request for Proposal (RFP) ad the solicitation is DAHA23-01-T-0016. Solicitation document and incorporated provisions and clauses are current through Federal Acquisition Circular 97-21. This is being solicited as a 100% small business set-aside under SIC code 7382. The period of performance is projected to be a base year with four (4) one-year option periods beginning February 11, 2001. Contractor will be responsible for maintaining, in an operational order, the Intrusion Detection Alarm Systems. Alarm systems are installed in Missouri Army National Guard facilities and police stations/security agencies inclusive throughout the State of Missouri. The type of alarm system at the various locations may be obtained by E-Mailing patsy.huth@mo.ngb.army.mil. The Contractor must maintain and repair existing and any replaced systems. If a Missouri National Guard activity relocates to another geographic area, the Contractor will continue to provide, maintain and repair the security system at the new location. The Contractor will be responsible for all maintenance and repair requirements to include "Acts of God' damage. "Acts of God" damages are defined as damages resulting from natural disasters, such as hurricanes, tornadoes, lightning, floods, avalanches, slides, tidal waves, earthquakes, and any other unexpected manifestation of the forces of nature of which man cannot resist. Within ten days after contract award, the Contractor must furnish the Contracting Officer (CO) with a primary and an alternate telephone number to be used by the Government to report maintenance requirements. The Contractor must provide 24-hour telephone answering service. If the Contractor cannot provide an employee answering service, a mechanical answering service must be used. When the employee or mechanical answering service has been notified of a maintenance requirement requiring a service call, the Contractor must be at the facility not later than 24 hours after first notification. Response time is without regard to weekends or holidays. If a commercial or Joint Service Intrusion Detection System is not repairable, the Contractor must provide the Government with a temporary security system until the original security system can be replaced by the Government. The Contractor will not be obligated to provide use of a temporary security system for more than 60 days. The Contractor must physically inspect each security system both at the unit and police station semiannually. When each system is first inspected, the Contractor must complete an inventory of the system components by brand name. During all inspections, the Contractor must conduct a function test of the system to include the batteries. If any security system fails a function test, the Contractor is to repair the system. Within five calendar days after each inspection, the Contractor must certify in writing to the Contracting Officer's Technical Representative (COTR), that the system is operational, giving the system location and brand name. During each inspection, the Contractor must perform preventive maintenance checks and services (PMCS) on the system. Reports are to be submitted to the CO with a copy furnished to the COTR. After each inspection or emergency repair, the Contractor must update and submit a report, which cumulatively itemizes the service performed. This report must identify in columnar format the date, location, system brand name, and nature of service. The Contractor must also identify any additions or alterations to any system in this report. A copy of each inspection or repair to the system will be left with the Unit receiving the service. The Government will hand receipt to the Contractor a Joint Services Interior Intrusion Detection System component parts' stockage. This stockage will be used for emergency repairs on military security systems. If repair parts are required during the contract period, Contractor will contact the COTR for parts. It is the responsibility of the Contractor at the end of the contract period to return Government parts to an address designated by the COTR. The Contractor will be responsible for obtaining repair parts and batteries for commercial security systems. The Contractor will be authorized to install necessary repair parts and batteries to a maximum price of $1,000 per emergency call and/or inspection visit. The cumulative total price of repair parts and batteries for all calls and/or inspections shall not exceed $3,000 for a contract period. If the Contractor cannot perform in exact accordance with these terms, Contractor shall WITHHOLD PERFORMANCE and notify the CO immediately. The Contractor shall invoice separately for any repair parts and batteries. The invoice shall be itemized by cost or parts, batteries and shipping cost (if any) for each location. The Contractor shall furnish the names and driver's license number of each employee expected to perform maintenance work on the security systems to the Government. In addition, the Contractor will furnish a police security check on each maintenance person employed. The policy check must be a minimum of the past three years covering all residencies during that time frame. All documentation is required within five days after receipt of the issuance of a contract. The Government reserves the right to limit access to Government facilities only to those individuals considered responsible by the CO. The Government intends to evaluate proposals and award a contract without discussion with Contractors. However, the Government reserves the right to conduct discussions, if later the CO determines it is necessary. Should discussions be deemed necessary due to proposal weakness, deficiencies, or other issues, they will be conducted either orally or in writing only with those Contractors determined to be in the competitive range. The Contractor will then be given the opportunity to correct deficiencies and resubmit their offer. The Government will select the most technically acceptable low cost proposal. All proposals shall submit the following information: (1) Technical proposal addressing ability to provide maintenance and inspection of alarm system; (2) Cost proposal -- Breakdown of cost for base period and cost for four one-year option periods; (3) Past performance proposal -- Submit three references of similar work which includes description of work, point(s) of contact, and telephone numbers. Include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Item, FAR Clause 52.212-4, Contract Terms and Conditions, apply to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders. Acquisition of Commercial Items, DFARS 252.225-7001, 252.225-7007, and 252.225-7036 apply to this acquisition. The following contract clauses apply to the acquisition: FAR 52.217-9, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 25.222-36, FAR 52.222-37, FAR 52.222.41, FAR 52.222-42, and FAR 52.232-34. The Federal Government requires that all Contractors are CCR registered. Information regarding CCR registration may be obtained at web site www.ccr.dlsc.dla.mil. Proposals are due on 26 January 2001 at 1000 hours. Mail proposals to USPFO for Missouri, Purchasing and Contracting (Attn: Patsy Huth), 7101 Military Circle, Jefferson City, MO 65101-1200.
- Record
- Loren Data Corp. 20010110/RSOL005.HTM (W-008 SN50A425)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on January 8, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|