The RFP Database
New business relationships start here

Alarm Systems (ICIDS IV) Maintenance Service


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE
DES Alarm Systems (ICIDS) Maintenance Service
FORT BLISS, TX

Mission and Installation Contracting Command (MICC), Fort Bliss, Texas, in support of FT Bliss, TX's Directorate of Emergency Services (DES) is conducting preliminary planning market research to obtain information from potential and eligible contractors for a single award Frim Fixed Price Contract with (four) 1 year options for a non-personal services contract to provide preventative maintenance services required to maintain all components of the Integrated Commercial Intrusion Detection System, version IV (ICIDS-IV), and all components of the Bosch, Avigilon, and Honeywell Closed Circuit Television (CCTV) camera systems being utilized throughout the Fort Bliss Military Reservation in operational status and various devices throughout the installation as stated in the Performance Work Statement (PWS. The applicable North American Industry Classification System (NAICS) code is, 517311, Wired Telecommunications Carriers.
In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices.
The Contractor shall provide all personnel, equipment, supplies, facilities, vehicles, transportation, tools, materials, supervision, and other non-personal services necessary to perform services and manage all daily operations.
Please see attached DRAFT Performance Work Statement (PWS) for additional information. The DRAFT PWS is subject to change.
Interested contractors should have a successful history of purchasing and installation and operating and maintaining Closed Circuit Television (CCTV) with Network Video Recorders. The proposed requirement will be a Frim Fixed Contract plus (4) 1 year Option years. The expected magnitude is $465,767.12.
Respondents shall submit a capability statement demonstrating their experience in preventive maintenance for Closed Circuit Television (CCTV) to include all ICIDS-IV in preventive maintenance OG ICIDS IV and Bosch, Avigilon, and Honeywell systems.
Capability statements are for this Source Sought.
Are not expected to be proposals, but rather statements regarding the company's existing experience. Narratives shall include the following:
1. State the full name of your firm to include address, point of contact, point of contact phone number and email address, including Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code.


2. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman-Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Business.


3. A statement of your intention to submit an offer/bid when the solicitation is issued.


4. In the event of a future solicitation, would you bid on this requirement as a sole contractor, prime contractor with subcontractor(s), or as a joint venture?


5. Provide evidence of recent experience (past five years) in work similar in type and scope as the Prime contractor. For each contract/project submitted, include the Contract Number, Project Title and Description, Award and Completion Dates, Dollar Value of Contract, Points of Contacts for each contract to include current telephone numbers and email addresses.


6. Describe the company's professional qualifications and specific experience associated with skills associated with your key personnel identified that likely will perform the work under the contemplated contract.
7. Describe your ability and experience to comply with all applicable laws and regulations, including but not limited to, Federal law, New Mexico (NM) and Texas (TX) state law(s).


8. The type of worked associated with this contract is for the Contractor and its employees to be subjected can include, but is not limited to, standing, walking, sitting, screening, for extended periods of time. Duties can include lifting heavy items, operating light to heavy machinery, working in an industrial environment, working in an outdoor desert environment exposed to the elements, and working in an office environment. The exposure to the different environments and physical are demanding to this contract. Would you have any concerns on what was described?


9. Any other information deemed pertinent that will aid in our assessment of the firm's capabilities.



Interested potential contractors shall limit their response to this sources sought notice to a maximum of ten pages.
If issued, all notices, the Request for Proposal, and related documents or updates will be available solely on the Federal Business Opportunities (FBO) website (https://www.fbo.gov). Interested parties are responsible for monitoring the FBO website for the posting of any solicitation or subsequent updates.
Interested sources shall submit responses no later than 10:00 AM Mountain Standard Time (MST) on 29 May 2018 via e-mail to Edward Byrd at Edward.d.byrd4.civ@mail.mil with a courtesy copy to Charles D. Johnson at Charles.d.johnson12.civ@mail.mil. Include any comments. All responses will be used to determine the appropriate acquisition strategy for a future acquisition. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is ONLY to invite interested vendors to submit capability statements demonstrating their ability to provide the services listed above. At this time, the Government will not entertain questions concerning the DRAFT Performance Work Statement (PWS); however, interested firms may submit comments about the PWS. The Government will not post responses or answers to submitted comments, questions, or recommendations.
This Sources Sought Notice is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bids (IFB) or as an obligation of the part of the Government to acquire any services. Responses to this sources sought notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. MICC-JBLM will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this sources sought notice that is marked "Proprietary" will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this sources sought notice.



PERFORMANCE WORK STATEMENT
DES Alarm Systems (ICIDS IV) Maintenance Service


PART 1
GENERAL INORMATION


1. General. This is a non-personal services contract to provide Preventative Maintenance Services required to maintain all components of the Integrated Commercial Intrusion Detection System, version IV (ICIDS-IV), and all components of the Bosch, Avigilon, and Honeywell Closed Circuit Television (CCTV) camera systems being utilized throughout the Fort Bliss Military Reservation in operational status and various devices throughout the installation as stated in the Performance Work Statement (PWS). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.


1.1. Description of Services/Introduction. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform preventive maintenance of ICIDS IV and CCTV monitoring systems, to include recording devices and servers, on the Fort Bliss Military Installation, East Fort Bliss, Dona Ana, Oro Grande, and McGregor Range Facilities, as defined in this PWS except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract.


1.2. Background. Directorate of Emergency Services (DES) supports the Fort Bliss community by providing quality police, physical security, access control, fire and emergency services as part of a force protection effort to maintain a safe and secure environment on a large federal installation.


1.3. Objectives. The objective of this contract is to provide service and preventive maintenance for all ICIDS-IV and CCTV monitoring systems in order to be sustained in a fully operational state.


1.4. Scope. This contract includes all functions, tasks and responsibilities normally performed by a Preventative Maintenance Service Contract. The Contractor shall be responsible for providing certified on site technicians to provide maintenance oversight of all ICIDS-IV and Bosch, Avigilon, and Honeywell CCTV monitoring systems, and all other systems contained within this agreement. All qualifications and certificates must be verified before the awarding of this contract. In order to insure maximum efficiency of all security systems identified under this PWS, response to service calls and standard work performance will be initiated, monitored and recorded by the following criteria:


1.4.1. The installation Alarms Administrator or their designated representative will initiate a work order through the contractor's Work Order Desk, upon receipt of the work request the response time requirement is also initiated. Response time to complete a work order is 4 hrs. after the work order has been submitted by the Alarms Administrator (Security Assistant) to the Work order desk for processing. The work order desk will in turn submit a written affirmation of work order request to the Alarms Administrator or designated representative stating the work order has been initiated.


1.4.2. For the purpose of this agreement, an account is considered operational once it has connectivity to the supporting server. ICIDS-IV accounts are considered operational if the systems have been installed and are in use by the installation as recognized by both the Directorate of Emergency Services (DES) and the contractor.


1.4.3. All response time criteria are based upon a normal duty day as defined in this PWS.


1.4.4. Technicians are required to furnish administrative records of all work performance utilizing a written standard information format provided by the Installation Alarms Administrator or by the contractor, prior to the end of each 24 hour period when work has been performed.


1.4.5. Security systems identified and contained in this agreement include: All ICIDS-IV and related components and CCTV and their monitoring and recording systems.


1.4.6. The contractor will be responsible for the removal of all wiring, equipment, and excess material from each site where work is performed. In addition, the contractor assumes the responsibility of providing all equipment and materials used in the performance of this contract. At no time will any representative of the Department of the Army (DA) or individual(s) assigned to Fort Bliss assume responsibility for the security or safety of contracted personnel, their equipment or material during the performance of this contract.


1.4.7. Semi-annual inspections of all Security Systems equipment listed herein at Fort Bliss will be scheduled and conducted by the contractor. These inspections will equal 100% of systems by the 12 month anniversary of the award date. The equipment, operational alarm accounts and all systems/ accounts that may be installed during the life of this agreement will be covered under this agreement and shall include the following number of accounts by asset to be protected: See attachment.


The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Texas State Law, Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations.


1.5. Period of Performance. The period of performance shall be for one (1) Base Year of 12 months and three (4) 12-month option years. The Period of Performance reads as follows:


Base Year 30 Sep 18 - 29 Sep 19
Option Year I 30 Sep 19 - 29 Sep 20
Option Year II 30 Sep 20 - 29 Sep 21
Option Year III 30 Sep 21 - 29 Sep 22
Option Year IV 30 Sep 22 - 29 Sep 23


1.6. Hours of Operation.


1.6.1. Normal Duty Hours. The contractor shall be responsible for providing services and preventive maintenance between the hours of 7:30 AM through 4:30 PM, Mountain Time Zone, Monday through Friday, except on Federal Government Holidays, or when Government facilities are closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the Contractor will not be reimbursed when the Government facility is closed for the above reasons. The Contractor shall, at all times, maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind the stability and continuity of the workforce is essential.


1.6.2. Federal Government Holidays.


a. New Year's Day 1st Day of January
Martin Luther King, Jr. Birthday 3rd Monday of January
President's Day 3rd Monday of February
Memorial Day Last Monday in May
Independence Day 4th Day of July
Labor Day 1st Monday of September
Columbus Day 2nd Monday of October
Veteran's Day 11th Day of November
Thanksgiving Day 4th Thursday of November
Christmas Day 25th Day of December


b. When one of the above designated holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays.


c. It is understood and agreed between the government and the Contractor that observance of such days by Government personnel will not be a reason for an additional period of performance, or entitlement of compensation except as set for the within the contract. In the event of contractor's personnel work during the holiday, the Contractor may reimburse them; however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked, unless stipulated otherwise. This provision does not preclude reimbursement for authorized overtime work if applicable.


d. When the Department of Defense grants excused absence to its employees, the Contractor agrees to continue to provide sufficient personnel to perform critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer (KO) or the Contracting Officer's Representative (COR). Changes in employee work schedules shall comply with the terms and conditions of the contract, to include payment provisions.


e. If Government personnel are furloughed, the Contractor shall contact the KO or the COR to receive direction.


1.7 Quality Assurance.


1.7.1. The Government shall evaluate the Contractor's performance under this contract in accordance with (IAW) the Quality Assurance Surveillance Plan (QASP). This plan is a Government only document primarily focused on what the Government must do to assure that the Contractor has performed IAW the requirements of the PWS of this contract. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable deficiency rate.


1.7.2. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office IAW Federal Acquisition Regulation Subpart 42.5, Post Award Orientation. The Contracting Officer, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the Contracting Officer will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be considered into the overall contract price.


1.8. Quality Control. Quality Control is the responsibility of the Contractor. The Contractor is responsible for the delivery of quality services to the Government (see Federal Acquisition Reregulation (FAR) 52.246-1, Contractor Inspection Requirements).


1.8.1. The Contractor shall develop, implement and maintain an effective Quality Control System which includes a written Quality Control Plan (QCP). The QCP shall implement standardized procedure/ methodology for monitoring and documenting contract performance to ensure all contract requirements are met. The Contractors' QCP must contain a systematic approach to monitor operations to ensure acceptable services are provided to the Government. The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. The Contractor shall provide to the Government their quality control documentation within 30 days after contract award. Changes to the QCP after award shall be submitted to the Contracting Officer (KO) and Contracting Officer's Representative (COR) within five (5) working days prior to the proposed changes thereafter. After acceptance of the quality control plan the Contractor shall receive the Contracting Officer's acceptance in writing of any proposed change to their QC System in regard to this contract.


1.8.2 The contractor is subject to periodic inspections conducted by the Installation Alarms Administrator, their designated representative, members of the Physical Security Division, Directorate of Emergency Services and the ultimate end users (units whose assets are being protected). Technicians shall be ready with all necessary tools, test equipment, and supplies necessary to trouble shoot and correct system faults after testing is complete. Any failure in the operation of the alarm system will be viewed as unsatisfactory work and will not be accepted.


1.8.3. Corrective Actions. At any time it is determined by the Contracting Officer that the quality control system, personnel, instructions, controls, tests, or records are not providing results which conform to contract requirements, action shall be taken by the Contractor to correct the deficiency.


1.9. Emergency Services. None.


1.9.1 Place of Performance. This contract will be provided with a list of the accounts on Fort Bliss for this requirement by the Physical Security Alarms personnel.


1.10. Type of Contract. The Government will award a fixed price contract.


1.11. Security.


1.11.1. Security Requirements. Contractor personnel performing work under this contract must have a minimum security clearance of CONFIDENTIAL, granted in accordance with AR 380-67, paragraph 3-2 at time of the proposal submission, and must maintain the level of security required for the life of the contract. The security requirements are IAW the Department of Defense Contract Security Classification Specification form DD254 and will be maintained at the security office within the Directorate of Plans, Training, Mobilization, and Security (DPTMS).


1.11.2. Physical Security. The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use IAW AR 190-13, The Army Physical Security Program. At the close of each work period, Government facilities, equipment and materials shall be secured.
1.11.3. Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop and implement a key control program and procedures compliant with AR 190-51 to ensure that keys are controlled and safeguarded. The plan shall be incorporated within the Contractor's Quality Control Plan or submitted to the COR for approval NLT five (5) days after award). Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the KO, COR and Security Manager.
1.11.3.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be reimbursed by the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost reimbursed by the Contractor. Any Government property stolen or damaged in association with keys being duplicated, misplaced, or lost by the Contractor personnel shall be reimburse the Government accordingly.


1.11.3.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.


1.11.4. Lock Combinations. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan.


1.11.5. AT Level I Training. All Contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete Antiterrorism (AT) Level I awareness training within five (5) working days after contract start date or effective date of incorporation of the requirement into the contract, whichever applies. The Contractor shall submit Certificates of completion for each affected contract employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within five (5) working days after completion of training by all employees and subcontractor personnel on a recurring annual basis. AT Level I awareness training is available at the following site: http://jko.jten.mil/courses/atl1/launch.html. If access to a computer is not available, the unit's Level II ATO will conduct AT Level I training for the Contractor and employees within five (5) working days after contract start and maintain a copy of the attendance roster for one year. Any Contractor hired after contract start will be required to receive AT Level I training within five (5) working days by the ATO. It will also be acceptable for the new hire to take the training on line and present the training certificate to the ATO within three (3) calendar days. AT Level I training is an annual requirement with the 12 month period starting on the date of initial training and re-certification NLT the last day of the 12 month period. If the requiring activity does not have an ATO, the first ATO in the chain of command will conduct this training.


1.11.6. Access and General Protection/Security: Policy and Procedures. Fort Bliss, under the direction of the Commanding General, has initiated the implementation of Homeland Security Presidential Directive (HSPD-12), requiring the vetting of all individuals seeking access to Army installations. All contractors must complete a favorable background check prior to being granted access onto Fort Bliss. Once the contract has been awarded, the company is required to provide a list of all employees through the COR of the contract by completing the attached form and forward to Mr. Gary Albone, COR at gary.o.albone.civ@mail.mil or Mr. Patrick Dyer, Access Control Manager at patrick.s.dyer.civ@mail.mil. Once all background checks have been completed and installation access has been granted, the results will be sent to the COR and contract POC. At this point ALL employees must proceed to building 2616 Chaffee Road, Chaffee Commercial Visitor Control Center, to initiate the process of issuing installation access badges. It must be reminded that this action will contain personally identifiable information (PII); all correspondence must be protected. As an additional precaution, this information must only be provided to Mr. Albone and Mr. Dyer. Please do not give background results to anyone. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes.


1.11.6.1. The Contractor shall notify the COR of employees who require access to the installation and have not previously had a background check, within five (5) days of award of the contract. The COR will provide a background check form to the Contractor who, in turn, shall input the appropriate details per employee and submit the form directly to the Point of Contact at DES. Any negative results (names only) from the background check will be transmitted from DES to the COR and the KO. The KO will enforce the results and the COR will verify compliance. It will be up to the Contractor to take appropriate action and directly coordinate with DES for information and/or appeals as needed. If during the period of the contract, new personnel are hired, that information shall be submitted to the COR within five (5) days of new hire. It is the Contractor's responsibility to inform the Government of these changes. The Contractor shall contact DES directly to schedule appointments for the Contractor's employees that have passed the DES background check to be issued Installation Access Badges. When accessing the installation, contract employees will be required to show at the Access Control Point as state issued driver's license or identification and the Installation Access Badge. The Contractor shall ensure employees that no longer require access to the installation to support this contract, return the Installation Access Badge to DES prior to final termination. Within 24 hours of the Installation Access Badge turn-in, the Contractor shall provide the COR proof the badge has been returned to DES.


1.11.7. iWATCH Training. The Contractor and all associates subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within five (5) working days of contract award and within five (5) working days of new employees' commencing performance with the results reported to the COR no later than five (5) working days from employment start. The attached document can be used by the COR to satisfy this requirement.


1.11.8. Security of Classified Items, Systems and Information. The Contractor, as a general rule, shall not have access to classified information; however, should classified documents fall into the possession of the Contractor, the Contractor shall immediately contact the COR for disposition instructions.


1.12. Safety. The Contractor shall establish and maintain a safety plan which shall be submitted to the KO at the time of proposal.


1.12.1. In order to provide safety control for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies, and equipment; and for avoidance of work interruptions in the performance of this contract, the Contractor shall comply with the following Safety Accident Prevention Standards: 29 CFR 1910, Occupational Safety and Health Standards; 29 CFR 1926, Safety and Health regulations for Construction; Army Corps of Engineers Manual 385-1-1, Safety and Health Requirements Manual. The Contractor shall comply with the above and all other applicable DoD, Army, Federal, State and Local safety and health requirements.


1.12.2. Reporting of Fire and Safety Hazards. The Contractor shall train personnel to recognize fire and safety hazards and encourage personnel in the performance of their duties to report fire and safety hazards and unsafe conditions to their supervisor. The Contactor shall take corrective action to remedy reported deficiencies IAW the terms of this contract. The COR shall be notified of deficiencies beyond the terms of this contract.


1.12.3. Environment and OSHA. The Contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. Any apparent conflict between compliance with such local, State, and Federal environmental and occupational safety laws, rules, regulations, and compliance with the requirements of the contract shall be immediately brought to the attention of the Contracting Officer or authorized representative for final resolution. The Contractor shall notify the Contracting Officer or authorized representative in writing in addition to any verbal notification of such conflict. The Contractor shall be liable for all fines, penalties, and costs which result from violations of, or failure to comply with, all such local State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or Contractor personnel will be remedied by the Contractor at no expense to the government.


1.12.4. Reporting Mishaps. The Contractor shall adhere to reporting of mishaps IAW AR 385-10, The Army Safety Program and DA Pam 385-40, Army Accident Investigations and Reporting. In addition the Contractor shall report: (1) Injury or occupational illness to on-duty contractors; (2) Damage to GFM, GFP, or GFE provided to a contractor; (3) Contractor accidents involving Army property and personnel.


SERIOUS ACCIDENT AND INCIDENT REPORTING: The Contractor shall report serious accidents and incidents incurred while performing work under this contract immediately by the most expeditious means possible but not more than one hour following the accident or incident to the Fort Bliss Directorate of Emergency Services, the Installation Safety Office, and Contracting Officer. Serious accidents and incidents include, but are not limited to, those defined in AR 385-10 and AR 190-40 respectively or referenced in other applicable directives. Examples are as follows: One or more lives lost, one or more persons critically injured, three or more persons hospitalized due to one incident, property damage estimated to exceed $2,000, fire causing major damage to structures, equipment, or vehicles, and HAZMAT, hazardous substances, and HAZWASTE incidents.


Record of Injury Form: Immediately after a job-connected injury, the Contractor shall prepare a record of the incident/accident and forward it to the COR. The COR will forward the incident/accident report to the Installation Safety Office and contracting officer. If more information is required the Command Safety office will coordinate with the COR for the required information.


The Contractor shall maintain reports and records on accidents, safety inspections and investigations. The contractor shall report to the COR any accident involving any Government Furnished Equipment, Government Furnishing Facilities, or anyone working under this contract within 24 hours of accident. A copy of the accident report shall be provided to the Contracting Officer and COR within three (3) working days of the accident.


1.12.5. Special attention shall be given to historic structures and natural and landscape features of the areas to protect these elements and their surroundings.


1.12.6 TOXIC/HAZARDOUS MATERIAL AND WASTE MANAGEMENT


1.12.6.1. The Contractor shall comply with the Fort Bliss Hazardous Waste Management Plan (HWMP) regarding the use, storage and disposal of generated hazardous wastes. The contractor shall properly manifest and timely dispose all hazardous waste generated in accordance with Texas Environmental and Conservation laws and regulations.
1.12.7. Personnel Safety. The Contractor shall immediately correct all safety deficiencies upon notification of the deficiencies by the Contracting Officer, designated representative or COR, and shall notify the Contracting Officer of the corrective action to be taken.


1.13. Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notify both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.


1.14 Personnel. For purposes of this paragraph, the term "personnel" or "employee(s)" refers to any person performing work related to this contract, including but not limited to, the Contractor's employees, agents, representatives, or subcontractors. The Contractor shall staff this effort with trained, competent and capable employee(s) for the discipline they are assigned to. Contractor personnel shall present a clean, neat and professional appearance. The Contractor shall ensure that employees meet all applicable federal, state, local, and installation certification, licensing, medical requirements, and qualifications to perform all assigned tasks and functions as defined in this contract prior to commencement of work. The Contractor shall not permit any personnel to work under this contract if such person is identified by a Government authorized representative to the Contractor as a potential threat to the health, safety, security, general well-being, or operational mission of the Army and Fort Bliss Texas. All Contractors' personnel shall comply with installation security and access procedures and the Contractor's safety plan to be submitted no later than (NTL) 10 days after contract award.


Personnel Safety: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the service. The Contractor shall comply with all applicable federal, state, local, and Fort Bliss laws and regulations including, but not limited to environmental, safety, and occupational health laws and regulations; these include, AR 11-9, The Army Radiation Safety Program; AR 385-10, Army Safety Program; AR 385-40, Accident Reporting and Records; AR 40-5, Preventive Medicine; Title 29 CFR 1910, 1926, and 1960 Occupational Safety and Health Administration (OSHA) regulation. Except as otherwise stated in the contract, if the Contractor encounters material on the project site reasonably believed to be hazardous (such as munitions), the Contractor shall immediately stop work in the affected area and give notice of the condition to the Contracting Officer or designated representative and Range Control (569-9240/9241). Work in the affected area shall not resume without written permission of the Contracting Officer or designated representative.


CLAIMS LIABILITY ARTICLE: The Contractor shall indemnify, save harmless, and defend the Government from and against any and all claims, damages, actions, debts, liabilities, and attorneys' fees arising out of or in any manner predicated upon loss of or damage to the property of and injury to or death of any and all persons whatsoever, in any manner caused or contributed to by the Contractor, his agents, servants, employees or subcontractors while in, upon, or about the military installation wherein this work is located, or while going to or departing from the same; and to indemnify and save harmless the Government from, and on account of damage of any kind which the Government may suffer as the result of acts of negligence, fraud or misconduct of any of Contractor's agents, servants, employees, or subcontractors in or about said military installation.


1.14.1. Speaking, Reading, and Understanding English. Where reading, understanding, and discussing environmental, health, and safety warnings are an integral part of an employee's duties, Contractor's employee shall be able to understand, read, write, and speak the English language fluently. English shall be the only language used with regard to this contract for written correspondence, discussions and other business transactions.


1.14.2. Identification of Contractor Employees. The Contractor (to include subcontractors) shall provide each employee an Identification (ID) Badge, which includes at a minimum, the Company Name, Employee Name, and a color photo of the employee. ID Badges for Key Personnel shall also indicate their job title. ID Badges shall be worn at all times during which the employee is performing work under this contract. Each Contractor (to include subcontractors) employees shall wear the ID Badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The Contractor (to include subcontractors) shall be responsible for collection of ID Badges upon completion of the contract or termination of employee. A listing of issued identification cards shall be furnished to the Contracting Officer prior to the contract performance date and updated as needed to reflect Contractor and Subcontractor personnel changes. All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. Badges will either be issued under the Contractor Verification System (CVS) program (using a Common Access Card (CAC), or under the DES Standardized Contractor ID Badge program. For identification and security purposes, Contractor's employees shall wear stated badges at all times, when performing work under this contract. Additional Contractor's personnel identification is neither required nor recommended.


1.14.3. National Agency Check & Controlled Access Areas. . The Contractor shall screen its employees prior to employment under this confidential contract and before being authorized access to the military installation/government facility. The Contractor shall contact the contracting officer if derogatory information concerning the Contractor employee is found. If derogatory information is found the Contractor employee may not be allowed to work under this contract. The Contractor shall assume all costs involved in this screening. The screening checks will include:


1.14.3.4. A Local Law Enforcement Check (required by AR 190-11) conducted in the employee's county of residence and county of employment. These checks shall cover the past four (4) years.


1.14.3.5. Copies of the above shall be provided to the COR when requested.


1.14.4. Installation's Rules Apply to Contractor. Restricted Personnel: The Contractor shall not employ persons for work on this contract if such employee is considered by the Installation Commander or designated representative to be a potential threat to the health, safety, security, general well-being, or operational mission of the Installation and its population, to include personnel who are, or become, barred or restricted from the Installation. The Government reserves the right to require removal of any Contractor personnel from the job site who endanger persons or property, or whose continued employment is inconsistent with the interests of military security. The Government also reserves the right to require the Contractor to remove from the job site any employee found to be under the influence of alcohol, drugs or any other incapacitating agent or any employee involved in the theft of Government property. The removal from the job site of such personnel shall not relieve the Contractor of the requirement to provide personnel to perform services within the times specified in the contract.


1.14.5. Contractor personnel shall be lawfully employable in the United States. Government rules, regulations, laws, directives and requirements, in place or issued during the performance period, shall apply to all contractor personnel. The contractor shall be solely responsible for any costs resulting from contractor employee violations. Personnel with outstanding felony warrants or felony convictions pose a security risk and shall not perform services under this contract. All personnel must be authorized to work in the United States.


1.14.6. National Agency Check & Controlled Access Areas. The Contractor shall screen its employees prior to employment under this UNCLASSIFIED contract and before being authorized access to the military installation/government facility. The Contractor shall contact the contracting officer if derogatory information concerning the Contractor employee is found. If derogatory information is found the Contractor employee may not be allowed to work under this contract. The Contractor shall assume all costs involved in this screening. The screening checks will include a local Law Enforcement Check conducted in the employee's county of residence and county of employment. These checks shall cover the past four (4) years. Copies of the above shall be provided to the COR when requested.


1.14.7 Conflict of Interest & Employment of Government Personnel. The Contractor shall not knowingly employ any person who is a U.S. Government employee if employing that person would create a conflict of interest. Additionally, the contractor shall not knowingly employ any person who is an employee of the Government, either military or civilian, unless such person seeks and receives written approval according to DOD 5500.7-R, Joint Ethics Regulations (JER) by the individual's commander or director. A copy of the authorization will be provided to the COR.


1.14.8. Conduct of Employees. Employee Conduct: The Contractor shall not allow any employee to perform work who has illegal possession of, or who is under the influence of alcohol or controlled substances. Government rules, regulations, laws, directives, and requirements, which are in place or issued during the contract term shall be applicable to all Contractor employees or representatives who enter the Installation or who travel using Government transportation. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Individuals who violate such rules, regulations, laws, directives, or requirements may be denied access to the Installation, either temporarily or permanently.


1.14.9. Employee Uniforms. Employee uniforms will be provided by the contractor. Contractor employees shall be appropriately dressed including any necessary individual protective clothing and equipment. They will be kept clean, neat in appearance and free of holes, tears or rips.


1.14.10. Personnel Health and Hygiene. Contractor employees shall maintain a well-groomed appearance and practice good hygiene.


1.14.11. Contractor Vehicles. The Contractor shall provide and maintain sufficient vehicles required to fulfill the terms of this contract. Contractor Vehicles shall bear the name of the Contractor's concern on both right and left side of the vehicle. Identification affixed to vehicles shall be in bold text letters not less than one half (1/2) inch in width and not less than three (3) inches high. Color and style of text are at the Contractor's discretion providing the text is in clear and sharp contrast to the surrounding area.


1.14.12. Operation: All Contractor owned equipment shall be operated according to applicable Federal, State, Local, and Installation laws and regulations as they apply to the equipment. This includes the requirement that Contractor personnel shall be adequately trained and possesses all necessary licenses, certification, or other required documents to operate the equipment.


Contractor will be responsible for physical security of all equipment, tools and facilities made available to him. At the Government's discretion there will be times where the Contractor has unescorted access to Government property and facilities which include the ICIDS-IV Server Room, The Directorate of Emergency Services building, and Access Control Points. The contractor is responsible for securing the doors upon completion of work to prevent loss or damage to government property. The contractor shall provide their own tools in order to satisfy the requirements.


Installation Access and Control:


Vehicle Registration: Prior to commencement of performance, the Contractor shall provide the Provost Marshall Office (PMO), via the COR, with the names of all employees who will be driving onto the installation. This documentation shall include the contract number and the period of performance that is covered by the contract. The contractor shall require the employee to register any privately owned vehicles that will be driven onto a military installation, in performance of the contract, with the appropriate PMO. The Contractor shall register all Contractor-owned vehicles with the PMO. The Contractor and its employees shall comply with all renewal and registration requirements for these vehicles. In order to register a vehicle you must provide proof of a valid driver's license, state inspection and vehicle registration with proof of insurance. The Contractor, upon termination and or completion of the contract or termination of an individual employee, shall remove vehicle registration decals from the vehicle and remnants of the decal shall be turned into the installation PMO. Contractors/Subcontractors and their employees requiring access to the installation will be required to comply with the installation access control policy/procedures. The Government will not be responsible for damages due to delay/stoppages caused by failure to comply. Some areas may be closed due to military training exercises. In the event that an area is closed for training, the contractor shall coordinate with the COR to reschedule/relocate the performance of the requirement.


1.14.13. Contractor Advertising. The Contractor shall not place or display advertising of any kind on government property.


1.14.14. Key Personnel: The follow personnel are considered key personnel by the Government:


1.14.14.1. Project Manager (PM)/Alternate PM- . Project Manager (PM): Prior to contract performance, the Contractor shall designate in writing, to the Contracting Officer, a PM, who shall be responsible for the overall management, coordination, and supervision of the work performed. The PM shall have knowledge of the terms and conditions of the contract. This PM shall have full authority to act for the Contractor on all contract matters relating to daily operations of this contract. The PM shall be available, by phone, anytime Contractor personnel are performing services for Fort Bliss.


1.14.15. Supervision of Contractor Employees. The Government will not exercise any supervision or control over Contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor employees.


PART 2
DEFINITIONS & ACRONYMS


2. Definitions and Acronyms.


2.1. References. Federal Acquisition Regulation (FAR), Dictionary of US Army Terms, AR 310-25 and Authorized Abbreviations and Brevity Code, AR 310-50.
2.1.1. Acceptable Quality Level (AQL): The AQL is a designated value (percent) of defective outcomes/service that the Government indicates will be accepted using acceptable sampling techniques and procedures.


2.1.2. Contract Administrator. The official Government representative delegated authority by the Contracting Officer to administer a contract. This individual is normally a member of the appropriate Contracting/Procurement career field and advises on all technical contractual matters.


2.1.3. Contractor. A supplier or vendor awarded a contract to provide specific supplies or services to the Government. The term used in this contract refers to the prime.


2.1.4. Contracting Officer. A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government.


2.1.5. Contracting Officer's Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.


2.1.6. Controlled Area. A controlled space extending upward and outward from a specified point. This area is typically designated by a commander or director, wherein sensitive information or operations occur and requires limitations of access.


2.1.7. Defective Service. A service output that does not meet the standard of performance associated with the PWS.


2.1.8. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.


2.1.9. Electronic Security Systems (ESS). That part of physical security concerned with the safeguarding of personnel and property by use of electronic systems. These systems include, but are not limited to, ICIDS-IV and video assessment systems.


2.1.10. Government-Furnished Property (GFP) or Government Property (GP). Property in the possession of, or directly acquired by, the Government and subsequently made available to the Contractor.


2.1.11. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.


2.1.12. Physical Security. Actions that prevent the loss or damage of Government property.


2.1.11. Property Administrator (PA) or Plant Clearance Officer (PLCO). An authorized representative of the Contracting Officer appointed in accordance with agency procedures, responsible for the administration of contract requirements and obligations relating to Government property in the possession of the Contractor.


2.1.13. Quality Assurance. The Government procedures to verify that services being performed by the Contractor are acceptable IAW established standards and requirements of this contract.


2.1.14. Quality Assurance Specialist. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the Contracting Officer in these areas.


2.1.15. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance.


2.1.16. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.


2.1.17. Subcontractor. One that enters into a contract with a prime Contractor. The Government does not have privet of contract with the subcontractor.


2.1.18. Work Day. The number of hours per day the Contractor provides services IAW the contract.


2.1.19. Work Week. Monday through Friday, except for Federal holidays and other days as identified by the Government unless specified otherwise.


2.2. Acronyms.


AQL Acceptable Quality Level
ACOR Alternate Contracting Officer's Representative
AFARS Army Federal Acquisition Regulation Supplement
AQL Acceptable Quality Level
AR Army Regulation
AT Antiterrorism
CCE Contracting Center of Excellence
CDR Contract Deficiency Report
CFR Code of Federal Regulations
CMR Contract Manpower Reporting
COCO Contractor-Owned/Contractor Operated
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD/DoD Department of Defense
FAR Federal Acquisition Regulation
FPCON Force Protection Condition
HIPPA Health Insurance Portability and Accountability Act of 1996
IDIQ Indefinite Deliverable, Indefinite Quantity
JER Joint Ethics Regulation
JTR Joint Travel Regulation
KO Contracting Officer
OCI Organizational Conflict of Interest
OCIE Organizational Clothing and Individual Equipment
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PIPO Phase In/Phase Out
PLCO Plant Clearance Officer
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
SOW Statement of Work
TE Technical Exhibit



PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES


3. GOVERNMENT FURNISHED ITEMS AND SERVICES:


3.1. General. There will be no Government furnished property or services provided.


PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES


4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:


4.1. GENERAL: With the exception of items specifically identified as Government furnished in Part 3, the Contractor shall furnish all supplies, equipment, supervision, transportation, materials and services necessary to perform the requirements of this contract.


4.2. PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS: The Contractor shall, at its own expense, obtain all necessary permits, give all notices, pay all license fees and applicable taxes, comply with municipal, State, and Federal laws, ordinances, rules and regulations applicable to the business carried on under this contract.


4.3. CONTRACTOR OWNED PROPERTY: Equipment: All Contractor furnished equipment shall be inscribed, engraved, stamped, or otherwise permanently marked to identify it as Contractor Owned property. The method of marking and information shall be at the Contractor's discretion except that it shall minimally identify the name of the Contractor's concern.



PART 5
SPECIFIC TASKS


5. Specific Tasks.


5.1. The preventive maintenance services for the purpose of this contract encompasses the following: adjusting, cleaning, testing, conducting a semi-annual operational status check, replacement and lubricating all security equipment listed within this PWS. All additional equipment that is related will be covered under this agreement to include any ICIDS-IV equipment and CCTV monitoring systems (to include their recording devices and monitors). Vendor must provide preventive maintenance and service for all security systems supporting the Fort Bliss Military Reservation as listed in this PWS. Security Systems under this agreement include ICIDS-IV and CCTV camera systems (Bosch, Avigilon, and Honeywell) to include their recording devices, work stations, and monitors located at Access Control Points (ACP) and in the Military Police/Fire Stations in building 20709 Sergeant Major Blvd and building 125, and throughout the military installation.


5.1.1. All security equipment that is within the 12 month installation warranty will be the responsibility of the installing vendor for repair and/or replacement, and will not fall within or be included under this agreement until the specific warranty period ends. Once the 12 month installation warranty expires, all security systems and equipment will be automatically included (absorbed) within this agreement. All ICIDS-IV related security equipment and systems under warranty will remain the responsibility of the installing vendor. Once all warranties have expired, equipment will be included under the provisions of this agreement. All required preventive maintenance and services not covered under the original installation warranty of systems will be included within this agreement. Parts/labor/installation warranties do not include preventive maintenance, therefore all installed ICIDS-IV, CCTV, and related security systems will receive all preventive measures as defined within this agreement regardless of warranty period.


5.1.2. The installation Alarms Administrator or their designated representative will initiate a work order and contact the Contractor. Time to complete a work order is four (4) hours. If the four (4) hours are not met, the Contractor shall submit an email of the work order along with work order/service order ticket number request to the Alarms Administrator stating the reason the work order will not be completed within the four (4) hour requirement (i.e. parts required).


5.1.3. For the purpose of this agreement, an account is considered operational once it has connectivity to the supporting server. All Bosch, Avigilon, and Honeywell camera systems included within this agreement are considered operational if the systems have been installed and are in use by the installation as recognized by both the Directorate of Emergency Services (DES) and the Contractor.


5.1.4. Technicians are required to furnish administrative records of all work performance utilizing a written standard information sheet or service work order form provided by the Contractor, prior to the end of each 24 hour period when work has been performed.


5.1.5. The contractor will be responsible for the removal of all wiring; equipment and excess material from each site where work is performed. At no time will any representative of the Department of the Army (DA) or individual(s) assigned to Fort Bliss assume responsibility for the security or safety of contracted personnel, their equipment or material during the performance of this contract.


5.1.6. The Contractor shall be responsible for replacing all parts related to this contract due to age and normal wear and tear. The Contractor is responsible for notifying the COR when it has been determined by the Contractor that negligence or accidental damage caused by the Government.



5.1.7. Annual inspections of all Security Systems equipment listed herein at Fort Bliss will be scheduled and conducted by the Contractor. These inspections will equal 100% of systems by the 12 month anniversary of the performance period start date. Contractor will provide COR with documentation that 50% of the Security System inspections were conducted by the first 6 month period. A total of 100% of the Security Systems shall be inspected by the end of a 12 month anniversary of the performance period start date. The inspection plan will be due to the Mission Installation Contracting Command (MICC) Office Fort Bliss and COR no later than two (2) weeks after the award of contract. The equipment, operational alarm accounts and all systems/accounts that may be installed during the life of this agreement will be covered under this agreement and shall include the following number of accounts by asset to be protected:


5.1.7.1. Total Number of ICIDS-IV Systems: 703


Arms Rooms/Vault Facilities: 335
Magazine/Bunker Facilities: 41
COMSEC Vaults/Rooms: 40
NOC Facilities: 10
BOC Facilities: 8
NEC Facilities: 26
OTC Facilities: 6
Pharmacy /Hospital Facilities: 20
SCIF Facilities: 11
VIP QTRS: 2
Museum Facilities: 5
DOE Facilities: 5
ACP Duress: 15
Other Facilities: 179


5.1.7.2. Total Number of CCTV Systems: 218


Cassidy ACP: 12
Chaffee ACP: 14
Chaffee VCC: 3
MP Station (Bldg 125): 15
DES (Bldg 20709): 49
Tobin Wells Gate: 1
Buffalo Soldier ACP: 15
Buffalo Soldier VCC: 3
MSG Pena ACP: 8
K-9 Facility (Bldg 11617): 15
K-9 Facility (Bldg 11681): 17
Old Ironsides ACP: 5
CSM Barreras ACP 4
Sheridan ACP: 7
PFC Minue ACP: 3
Airfield (Bldg 11210): 45
Gate 25 2


5.1.10. Throughout the duration of this maintenance and service

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP