• No results found

AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST FEDERAL SUPPLY SERVICE

N/A
N/A
Protected

Academic year: 2021

Share "AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST FEDERAL SUPPLY SERVICE"

Copied!
14
0
0

Loading.... (view fulltext now)

Full text

(1)

Technologies

SUPPLY SCHEDULE PRICE LIST

FEDERAL SUPPLY SERVICE

On‑line access to contract ordering information, terms and conditions, up‑to‑date pricing, and the option to create an electronic delivery order are available through GSA Advantage!™, a menu‑driven database system. The INTERNET address GSA Advantage!™ is: http://www.GSAAdvantage.gov.

WORLDWIDE FEDERAL SUPPLY SCHEDULE CONTRACT FOR SCHEDULE 084 – TOTAL SOLUTIONS FOR LAW ENFORCEMENT, SECURITY, FACILITY MANAGEMENT SYSTEMS, FIRE, RESCUE, SPECIAL PURPOSE CLOTHING, MARINE CRAFT AND EMERGENCY/DISASTER RESPONSE

FSC Codes 6350 & 5810

PSC Codes J063, K063, L063, N063, R414

NAICS Codes 56162, 561621, 561622, 238210, 334290, 541330, 541512, 541690, 423610 Contract Number: GS-07F-9158S

Contract Effective through September 30, 2015 INTEGRATED SECURITY TECHNOLOGIES

Business Size: Small Telephone: 888-291-0130 Fax: 703-464-5836

Website Address: www.istonline.com Email: revans@istonline.com

(2)

CUSTOMER INFORMATION

SIN 246‑35(1) Access Control Systems, Door entry control by card access, magnetic proximity - including but not limited to Biometric

SIN 246‑35(5) Access Control Systems - Vehicle Arrest/Security Barrier/Barricade/Bollard Systems, Decorative Barrier Planters

(3)

SIN 246-1000 ANCILLARY SUPPLIES AND/OR SERvICES

Ancillary supplies and/or services are support supplies and/or services which are not within the scope of any other SIN on this schedule. These supplies and/or services are necessary to compliment a contractor’s offerings to provide a solution to a customer requirement. This SIN may be used for orders and blanket purchase agreements that involve work or a project that is solely associated with the supplies and/or services purchased under this schedule. This SIN EXCLUDES purchases that are exclusively for supplies and/ or services already available under another schedule.

Ancillary Service excludes:

Construction (construction is defined as alteration, or repair of buildings, structures,

or other real property)

Architectural Engineering Services (A&E) under the Brooks Architect-Engineers Act

as stated in Federal

Acquisition Regulation (FAR) Part 36. These services shall be ordered only in accordance

with Part 36 and agency procedures, and shall not be included on a GSA contract order as an open market item.

Personal services.

Stand-alone services which are applicable to the Service Contract Act (SCA)

Contractors are responsible for the following when performing services under this SIN:

Contractors may subcontract any ancillary services ordered under this Special Item

Number, unless specifically prohibited by the contracting officer issuing the order against the Multiple Award Schedule contract.

Contractors are responsible for insuring that the scope of work is completed

and all warranties are honored.

Subcontractors must be licensed and bonded, as applicable.

Compliance with all local laws, regulations, and ordinances are the responsibility

of the prime contractor.

The prime contractor shall accept full responsibility and liability for all work performed

by subcontractors, at any level or tier.

The Government reserves the right to apply liquidated damages whenever the required

delivery date is not met.

Contractors are required to maintain insurance in accordance with Clause 52.228-5,

Insurance – Work on a Government Installation.

Agencies’ Scope of Work will inform the Contractor of the Required insurance amounts.

Clause 52.228-5 is made part of this contract by reference.

The contracting officer for the ordering agency may insert any agency unique requirements

for the job, including employee suitability determination requirements (security checks), into the scope of work.

Contractor quotations shall specifically detail all products and services with the contract

price and provide a single price for services.

(4)

The ordering agency is responsible for:

Defining and issuing the statement of work for ancillary services. Accurate definition of the

scope and statement of work is essential to facilitate realistic quotations. The statement of work shall also inform the contractor of any applicable insurance requirements.

Ordering agencies shall obtain pricing information from the schedule contractors, and will

negotiate for ancillary services on an order by order basis, based on complexity and level of effort. Ancillary services shall be priced as separate line items on each order.

Pricing of services has been determined fair and reasonable by GSA. However, ordering

agencies shall make a determination that the total price is fair and reasonable based on the level of effort and the mix of labor proposed.

Ordering agencies will comply with all appropriation laws and ensure that the correct types

of funds are obligated on each order.

(5)

SIN 246-51 INSTALLATION OF SECURITY/FACILITY MANAgEMENT

SYSTEMS REqUIRINg CONSTRUCTION.

Note: Ancillary services involving installation which do not meet the definition of construction as defined in FAR 2.101 shall be covered under SIN 246-50.

Note: This SIN specifically EXCLUDES Architectural Engineering Services (A&E) under the Brooks Architect-Engineers Act as stated in Federal Acquisition Regulation (FAR) Part 36. These services shall be ordered only in accordance with Part 36 and agency procedures, and shall not be included on a contract order as an open market item.

Contractors are responsible for the following when performing services under this SIN:

Contractors must comply with Construction Clauses and Davis-Bacon Regulations. The

clauses shown in Appendix 1 to Attachment 3 of this solicitation will apply to agency orders placed against the schedule contract.

Compliance with all local laws, regulations and ordinances are the responsibility of the

GSA prime contractor. The prime contractor shall accept full responsibility and liability for all work performed by subcontractors under a resultant contract.

Contractors shall review the statement of work issued by the ordering agency and

provide a separate quote for services to be performed under this SIN based on the ordering agency’s requirements. Should the contractor not be able to meet requirement(s) in the statement of work, the contractor’s quote must specifically identify the items which have not been included in the quoted price.

Contractors must provide bonding and insurance as required by the ordering agency’s

statement of work.

Contractors may serve as a prime contractor and subcontract any services, including

installation or site preparation, unless specifically prohibited by the ordering contracting officer. Subcontractors must comply with any licensing and bonding requirements specified in the statement of work.

The contractor shall be responsible, accountable and liable for all work performed,

includ-ing work performed by subcontractors (at all tiers), and for ensurinclud-ing the work performed is completed in accordance with the ordering agencies statement of work.

The contractor shall ensure all warranties are honored. All construction work must be

guaranteed for any defect in workmanship and materials.

The Government reserves the right to apply liquidated damages whenever the required

(6)

When placing orders for services under this SIN, Ordering Agencies shall follow the procedures at FAR 8.405: The ordering agency is responsible for:

Complying with all Federal Appropriation Laws and ensuring the correct types of funds

are obligated on the order.

When construction, alteration or repair of public buildings or public works is to be

per-formed under this SIN, Ordering Agencies must comply and ensure contractor compliance with the Construction Clauses and Davis-Bacon Regulations. See Appendix 1 of the GSA solicitation for a complete listing of the FAR and GSAM Clauses incorporated by reference for all schedule contractors awarded this SIN. Ordering agencies shall utilize these clauses as a guideline and shall incorporate the applicable clauses into the statement of work for orders issued against the Federal Supply Schedule contract. The ordering agency is responsi-ble for including the most current version of these clauses and any other applicaresponsi-ble clauses into the order. Clauses which require “fill-ins” shall be completed by the ordering agency. Any agency specific clauses which may apply based on agency regulations or requirements shall be incorporated in the agency task order.

Defining and issuing the statement of work for services, including installation and site

preparation. It is essential that the ordering agency’s statement of work includes an accurate description of the work requirement to facilitate realistic quotations.

The statement of work shall clearly inform the contractor of all bonding requirements and

any required insurance amounts.

The ordering agency will provide the local Davis-Bacon wage rates to contractors.

Applica-ble wage determinations will be incorporated into the statement of work and resulting task order.

Reviewing quotations from schedule contractors to ensure the work proposed meets the

statement of work requirements. The ordering agency should request the contractor to submit fixed price quotes to perform the services.

The ordering agency shall evaluate all responses received using the evaluation criteria

provided to the schedule contractors. The ordering agency is responsible for considering the level of effort and the mix of labor proposed to perform a specific task being ordered, and for determining that the total price is reasonable.

Performance clauses shall be modified for each job by the ordering agency.

Administration of orders issued under this Special Item Number.

(7)

SIN 246-52 PROFESSIONAL SECURITY/FACILITY MANAgEMENT SERvICES

- including security consulting, training and facility management consulting.

Includes, but is not limited to: Security Consulting/Training and Facility Management

Consult-ing. Professional Services offered under this SIN shall be for the support of security systems (including access control, intrusion alarms, fire alarm systems, etc.) and Facility Management Systems (including security and energy management) only. Excludes personal services.

Tasks for these and related services may be ordered. Orders shall be placed in accordance

with FAR 8.4 – Federal Supply Schedules.

Prime contractors may subcontract services ordered under this Special Item Number

unless specifically prohibited by the contracting officer issuing the delivery order against this Multiple Award Schedule contract. The prime contractor shall be responsible, accountable, and liable for all work performed by any subcontractor, level, or tier.

SIN 246-60(1) Security Systems Integration and Design Services

Services involving the security integration and/or management discipline which supports

security products or systems through their life cycle. Security Systems integration and design services may include, but are not limited to those associated with the design, test, production, fielding, sustainment, improvement of cost effective security and/or protection systems including the eventual disposal or salvage of these systems. Services may include studies and analysis such as - risk assessment, threat evaluation, and assessment (including resultant deliverables). Contractors may provide security or protection expertise in the pre-production or design phase of security or protection systems to ensure that the system can be supported through its life-cycle and that the infrastructure elements necessary for operational support are identified and acquired. These services may continue through the life cycle of the system or product and may include guidance, assistance and/or operational support. This includes all necessary security management elements.

Tasks for these and related services may be ordered. Orders shall be placed in accordance

with FAR 8.4 – Federal Supply Schedules.

Prime contractors may subcontract services ordered under this Special Item Number

unless specifically prohibited by the contracting officer issuing the delivery order against this Multiple Award Schedule contract. The prime contractor shall be responsible, accountable, and liable for all work performed by any subcontractor, level, or tier.

SIN 246-60(2) Security Management and Support Services

Services providing the best practices, technologies and methodologies to plan, design,

(8)

Tasks for these and related services may be ordered. Orders shall be placed in accordance

with FAR 8.4 – Federal Supply Schedules.

Prime contractors may subcontract services ordered under this Special Item Number

unless specifically prohibited by the contracting officer issuing the delivery order against this Multiple Award Schedule contract. The prime contractor shall be responsible, accountable, and liable for all work performed by any subcontractor, level, or tier.

SIN 246-60(3) Security System Life Cycle Support

Services providing for design, coding, integration, testing, deploying, repair and

mainte-nance of integrated security systems, and training across all platforms, enterprise wide, for the complete life cycle of the system.

Tasks for these and related services may be ordered. Orders shall be placed in accordance

with FAR 8.4 – Federal Supply Schedules.

Prime contractors may subcontract services ordered under this Special Item Number

(9)

SIN 246-35(1) RC, 246-35(5) RC, 246-42(1) RC, 245-50 RC, 246-51 RC, 246-52 RC,

246-60(1) RC, 246-60(2) RC AND 246-60(3) RC:

Section 833 of the National Defense Authorization Act allows State and Local Governments to purchase products and services to facilitate recovery from a major disaster. This does include advance and pre-positioning in preparation for a disaster.

SIN 35(1) STL, 35(5) STL, 42(1) STL, 50 STL, 51 STL,

246-52 STL, 246-60(1) STL, 246-60(2) STL AND 246-60(3) STL

Public Law 110-248, the Local Preparedness Acquisition Act, amended the “Cooperative Purchasing” provisions of the Federal Property and Administrative Services Act to allow the Administrator of General Services to provide states and localities access to certain items offered through GSA’s Federal Supply Schedule 84, Total Solutions for Law Enforcement, Security, Facility Management Systems, Fire, Rescue, Special Purpose Clothing, Marine Craft, and Emergency/Disaster Response. The products and services available to state and local governments include alarm and signal systems, facility management systems, firefighting and rescue equipment, law enforcement and security equipment, marine craft and related equipment, special purpose clothing, and related services.

Tasks for these and related services may be ordered. Orders shall be placed in accord-ance with the following:

Ordering Procedures for Services.

GSA has determined that the prices for services contained in the contractor’s price list

applicable to this Schedule are fair and reasonable. However, the ordering office using this contract is responsible for considering the level of effort and mix of labor proposed to per-form a specific task being ordered and for making a determination that the total firm-fixed price or ceiling price is fair and reasonable.

(a) When ordering services, ordering offices

shall-(1) Prepare a Request (Request for Quote or other communication tool):

(i) A statement of work (a performance-based statement of work is preferred) that

outlines, at a minimum, the work to be performed, location of work, period of perfor-mance, deliverable schedule, applicable standards, acceptance criteria, and any special requirements (i.e., security clearances, travel, special knowledge, etc.) should be prepared.

(ii) The request should include the statement of work and request the contractors to

(10)

The firm-fixed price of the order should also include any travel costs or other direct charges related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the Federal Travel or Joint Travel Regulations. A ceiling price must be established for labor-hour and time-and-materials orders.

(iii) The request may ask the contractors, if necessary or appropriate, to submit a

project plan for performing the task, and information on the contractor’s experience and/or past performance performing similar tasks.

(iv) The request shall notify the contractors what basis will be used for selecting the

contractor to receive the order. The notice shall include the basis for determining whether the contractors are technically qualified and provide an explanation regard-ing the intended use of any experience and/or past performance information in determining technical qualification of responses.

(2) Transmit the Request to Contractors:

Based upon an initial evaluation of catalogs and price lists, the ordering office should identify the contractors that appear to offer the best value (considering the scope of services offered, pricing and other factors such as contractors’ locations, as appropri-ate) and transmit the request as follows:

(i) The request shall be provided to at least three (3) contractors if the proposed order

is estimated to exceed the micro-purchase threshold, but not exceed the maximum order threshold.

(ii) For proposed orders exceeding the maximum order threshold, the request shall be

provided to an appropriate number of additional contractors that offer services that will meet the agency’s needs.

(iii) In addition, the request shall be provided to any contractor who specifically

requests a copy of the request for the proposed order.

(iv) Ordering offices should strive to minimize the contractors’ costs associated with

responding to requests for quotes for specific orders. Requests should be tailored to the minimum level necessary for adequate evaluation and selection for order place-ment. Oral presentations should be considered, when possible.

(3) Evaluate Responses and Select the Contractor to Receive the Order:

(11)

(1) Inform contractors in the request (based on the agency’s requirement) if a single BPA or

multiple BPAs will be established, and indicate the basis that will be used for selecting the contractors to be awarded the BPAs.

(i) SINGLE BPA: Generally, a single BPA should be established when the ordering office

can define the tasks to be ordered under the BPA and establish a firm-fixed price or ceiling price for individual tasks or services to be ordered. When this occurs, authorized users may place the order directly under the established BPA when the need for service arises. The schedule contractor that represents the best value should be awarded the BPA. (See FAR 8.404)

(ii) MULTIPLE BPAs: When the ordering office determines multiple BPAs are needed to

meet its requirements, the ordering office should determine which contractors can meet any technical qualifications before establishing the BPAs. When establishing multiple BPAs, the procedures in (a)(2) above must be followed. The procedures at (a) (2) do not apply to orders issued under multiple BPAs. Authorized users must transmit the request for quote for an order to all BPA holders and then place the order with the BPA holder that represents the best value.

(2) Review BPAs Periodically: Such reviews shall be conducted at least annually. The

purpose of the review is to determine whether the BPA still represents the best value. (See FAR 8.404)

(c) The ordering office should give preference to small business concerns when two or more

contractors can provide the services at the same firm-fixed price or ceiling price.

(d) When the ordering office’s requirement involves both products as well as executive,

administrative and/or professional, services, the ordering office should total the prices for the products and the firm-fixed price for the services and select the contractor that represents the best value. (See FAR 8.404)

(e) The ordering office, at a minimum, should document orders by identifying the contractor

from which the services were purchased, the services purchased, and the amount paid. If other than a firm-fixed price order is placed, such documentation should include the basis for the determination to use a labor-hour or time-and-materials order. For agency requirements in excess of the micro-purchase threshold, the order file should document the evaluation of Schedule contractors’ quotes that formed the basis for the selection of the contractor that received the order and the rationale for any trade-offs made in making the selection. Prime contractors may subcontract services ordered under this Special Item Number unless specifically prohibited by the contracting officer issuing the delivery order against this Multiple Award Schedule contract. The prime contractor shall be responsible, accountable, and liable for all work performed by any subcontractor, level, or tier.

1a. Lowest Priced Item:

(12)

SIN 246-1000 IST-TA-II NET $ 46.28

SIN 246-51 IST-LABR NET $ 82.92

SIN 246-52 IST-MHL-II NET $ 43.83

SIN 246-60(1) IST-MHL-II NET $ 43.83

SIN 246-60(2) IST-MHL-II NET $ 43.83

SIN 246-60(3) IST-MHL-II NET $ 43.83 1c. See Accepted Price List

2. Maximum Order Threshold:

SIN 246-35(1) - $100,000 per order

SIN 246-35(5) $100,000 per order

SIN 246-42(1) $150,000 per order

SIN 246-50 $200,000 per order

SIN 246-51 $200,000 per order

SIN 246-52 $200,000 per order

SIN 246-60(1) $200,000 per order

SIN 246-60(2) $200,000 per order

SIN 246-60(3) $200,000 per order

*If the best value selection places your order over the Maximum Order identified in this catalog/ pricelist, you have an opportunity to obtain a better schedule contract price. Before placing your order, contact the aforementioned contractor for a better price. The contractor may (1) offer a new price for this requirement (2) offer the lowest price available under this contract or (3) decline the order. A delivery order that exceeds the maximum order may be placed under the schedule contract in accordance with FAR 8.404.

3. Minimum Order. $100

4. Geographic coverage (delivery area): 50 States, Puerto Rico and US Territories. 5. Points of Production: SoftwareHouse- Winthrop, MA, AlarmSaf- Wilimington, MA,

Talk-A-Phone- Chicago, IL

(13)

10. Foreign items: Bavak-Noorwijk, The Netherlands

11a. Time of delivery: 60 days ARO or per Statement of Work 11b. Expedited Delivery: Please contact for details.

11c. Overnight and 2-day delivery. Please contact for details. 11d. Urgent Requirements. Please contact for details.

12. F.O.B. point(s): Destination 48 contiguous states and the District of Columbia. Inland Carrier: Alaska, Hawaii, Puerto Rico and US Territories Not Applicable for Services.

13. Ordering addresses:

a) For GSA orders, please contact the following:

Integrated Security Technologies 520 Herndon Parkway Suite C Herndon, Virginia 20170 Phone: 1-888-291-0130 x 742 Fax: 1-703-464-5836

Contact: Richard Evans Email: revans@istonline.com

b) For GSA contract questions or other administrative questions, please contact the following:

Integrated Security Technologies GSA Contract Administrator 520 Herndon Parkway Suite C Herndon, Virginia 20170 Phone: 1-888-291-0130 x742 Fax: 1-703-464-5836

Contact: Richard Evans Email: revans@istonline.com 2513 Performance Court, Suite 100 Virginia Beach, VA 23453

Phone: 1-888-291-0130 x Contact: Michael Ruddo Email: mruddo@istonline.com

(14)

15. Warranty provisions: Standard Commercial Warranty. Customer should contact Contractor for details.

16. Export packing charges: Not Applicable for Services.

17. Terms and conditions of Government purchase card acceptance: Accepted, no discount. 18. Terms and conditions of rental, maintenance, and repair: Please contact for details. 19. Terms and conditions of installation: Please contact for details.

20. Terms and conditions of repair parts: Please contact for details.

20a. Terms and conditions for any other services: Please contact for details.

21. List of service and distribution points: Refer to Item 13 for service and distribution points. 22. List of participating dealers: Not Applicable.

23. Preventive maintenance: Please contact for details.

24a. Environmental attributes, e.g., recycled content, energy efficiency, and/or reduced pollutants: N/A.

24b. Section 508 Compliance for EIT: N/A.

25. Data Universal Number System (DUNS) number: 80-952-1102

References

Related documents

In this paper, I use a question about works council relations from the 2006 wave of the large-scale IAB Establishment Panel to analyze the heterogeneous effects of three

One of the most important advantage of the optimization procedure employed by DSS is that it handles both system specific uncertainties (through the fuzzy

child attitudes, attitude transmission models predict positive assortative mating, because parents who have a preference for children with attitudes similar to their own have

(1983) Technology of Teaching Meerut, International. Educational technology, 4th Revised Ed. Himalaya Publishing House. Introduction to Educational Technology.

AGRICULTURE, SOIL SCIENCE SOIL BIOL BIOCHEM 2.414. AGRONOMY THEOR APPL

Costo impianti per stampa colori piatti: 35.00€+iva per colore di stampa Per la stampa sul secondo lato o per loghi con più di due colori piatti, aggiungere il costo unitario di