State Bid

Last Updated on 29 Dec 2023 at 6 AM
RFQ
Juneau Alaska

RFQ #24-143 - Radio Site Preventive Maintenance Services for City and Borough of Juneau, (CBJ) Juneau Police Department (JPD)

Solicitation ID Not Specified
Posted Date Not Specified
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency City & Borough Of Juneau
Location Juneau Alaska United states
Point Of Contact Not Available
WkLBsB V3cmopF8sL6 8781736 CtqhDy45 urv 81734 h4xh k BA2esdGS ZBhaxfJ x5UJf rlyk tlTUrRGv j5 25958996 5764449 9BGMVwo ErHHqNYBJ ypVbZle 31619 8915 FqeHE zjIi NWoR cmocTwS 6Y6gzPRsN 45qP6se 5 O3Z dFVjwG VNSUBMISSION INSTRUCTIONS : Timely responses are accepted via Electronic Submission * at Public Purchase www.publicpurchase.com the CBJ’s eProcurement Provider or via email to the CBJ Purchasing Email of [email protected] prior to 2:00 p.m. AK Standar Time . ALL SUBMITTED QUOTE MUST BE TIMLEY. *Late responses will not be accepted. To respond complete the free, easy, and quick online registration. Tips: Registration is a two-step process; Use the ‘Help’ Menu Tab Public Purchase , Register early - Registration may take up to 24-hours to complete. Vendors who successfully register may submit a response by doing the following: Access the solicitation online at Public Purchase and complete pricing for the line item listed. Pu39966 VZNQxtm jlaoU iormr 2blic Purchase will automatically calculate the totals.Do not submit more than one pricing schedule. Download PDF Bidders Signature Page, fill out all fields indicated, sign and upload Public Purchase. Use only the documents provided. Completeonline acknowledgement of the Terms & Conditions* (ATTACHMENT A) and Insurance Requirements (ATTACHMENT B), *Vendors must acknowledge, or acknowledge with exceptions. (Exceptions may not qualify for award.) CONTACT, QUESTIONS & ADDENDA : CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this procurement. No oral interpretations will be made. Submit any interpretation requests in writing, noting issuing Buyer and quote number. Request must be received a minimum of three (3) business days prior to the quote deadline via email to [email protected] or Fax to (907) 586-4561. Any changes to CBJ issued documents will be in the form of an addendum to the quote. Addenda are issued as promptly as is practical to all plan holders. All such addenda shall become part of the quote. INTENT : The City and Borough of Juneau (CBJ) seeks quotes from reputable, certified, and qualified contractors, with experience providing services for Radio Site Preventive Maintenance to perform the Scope of Work as specified, for the Juneau Police Department (JPD). CONTRACT PRICE : The contract price shall include, but not be limited to all costs for labor, insurance, and any materials, equipment and supplies not supplied by CBJ that are needed to fulfill the requirements of the quote contract. The Quote Contract Price is to remain firm throughout the duration of the project. TIME FRAME : The project is weather dependent and best-case scenario preventative maintenance shall be completed before or by May 31 st , 2024 . Any extension of the contract after the final expected termination date of the project must be mutually agreed upon between CBJ and vendor and documented by written contract amendment drafted by CBJ Purchasing. CONTRACTUAL CHANGES : The City does not anticipate changes to the scope of work for this completion of the project; however, if unforeseen issues necessitate changes, the contract may be modified by mutual agreement. Changes will be made in the form of a contract amendment, issued by the Purchasing Division. If the two parties do not agree, the contract may be terminated and awarded to the next lowest responsive, responsible bidder or the project may be re-bid. The Division of Purchasing is the sole point of contact for contractual changes. All changes to the contract must be in writing. Any work performed without such approval, even if approved by another City Agency, will be at the Contractor's expense. PROJECT COORDINATOR & BEST EFFORT : The Project Coordinator will be Erik Gazdig, Radio Specialist for the Juneau Police Department or upon notification, an alternative designee. The Contractor will exert their best efforts to provide appropriate, professional, and satisfactory services for the CBJ. Care and diligence will be maintained when performing all services outlined in this contract. Failure to do so will result in termination of the contract. ACCEPTANCE & REFERENCES : The City reserves the sole right of acceptance when determining the suitability of services offered by the Contractor. The use of ‘Record of Experience, References, and Certifications’ may be factors in determining the bidder’s capacity to be responsive and responsible. Work History, References and Certifications must verify a Contractor’s expertise, qualifications, and ability to provide satisfactory services for the City. Failure of the bidder to produce acceptable required documentation upon request may deem the services offered unacceptable and the quote non-responsive. CONDUCT OF WORK : The Contractor is responsible for the conduct and performance of their employees (as well as themself), and their compliance with all rules, regulations, and conditions of this contract. The Contractor shall plan, schedule, coordinate, and must provide project management, supervision, and labor, to guarantee effective performance of all services provided in accordance with the industry standards associated with such services. All equipment must be installed cleanly, securely and in a professional manner according to industry standards by certified professionals. Cleanup of any and all materials, rubbish and/or debris that is created in the completion of the project is required for the project to be considered complete and payment processed. SAFE PRACTICES & SUBCONTRACTING : Acceptable safe practices must be followed in the performance of the work. The Contractor must comply with all standards of the State of Alaska, Dept. of Labor, Division of Labor Standards and Safety, and the City and Borough of Juneau. The Contractor or employees cannot be under the influence of a controlled or intoxicating substance while performing work on the sites designated in this contract. The Contractor may not subcontract any part of the contract without the prior written consent of the CBJ Purchasing Division. INVOICING : After award, a Purchase Order will be issued to the Contractor as guarantee of payment. At project completion the Contractor must submit an invoice for payment. Invoices will be reviewed, and payment will be initiated upon acceptance of the invoice by JPD. All invoices should be submitted via email, to both, JPD Administrative Officer II Jessica Paskowski at [email protected] and CBJ Accounts Payable at [email protected] INSURANCE : See ATTACHMENT B for the types and amounts of insurance required for this contract. The Contractor must provide certification of proper insurance coverage or binder to the City and Borough of Juneau prior to the award of the contract. AWARD : Award will be made by Total Quote to the lowest responsive, responsible bidder meeting all requirements. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor and will hold the original Contractor responsible for any incidental and consequential damages incurred. Note: There is potential for additional work as part of this contract. Pricing for any additional work beyond what is listed on the Quote Schedule Page must not be included in the TOTAL QUOTE PRICE and will not be considered as part of the initial award . PROJECT OVERVIEW : WORK SITE LOCATION DETAILS : The CBJ Public Safety Radio system supports communications for the Juneau Police Department and Capital City Fire/Rescue. Six (6) radio sites are located on the road system. Three (3) radio sites (Saddle Mountain, Bessie Mountain, and Pederson Hill) are classified as remote and are accessible only by helicopter. The radio sites are controlled by Motorola MCC7500 Dispatch Consoles with an Astro 25 K-Core Conventional System. Dispatch consoles are located at the Juneau Police Department (6255 Alaway Ave) communication center and Capital City Fire/Rescue Station 1 (820 Glacier Highway) backup dispatch room. *NOTE: Preventive maintenance at JNU and BRH sites is optional and will necessitate a mutually negotiated change to this Quote Contract. The Contractor will not provide pricing for this optional work in response to this RFQ. If the optional work is approved, CBJ Purchasing will prepare a contract amendment that identifies the SOW, schedule and payment terms as provided by the JPD Project Manager. Any change to this contract must be documented by executed written contract amendment prior to any work taking place. *OPTIONAL SITE DETAILS : Juneau International Airport (JNU) has installed a Comprod Model UDA-138225 bi-directional amplifier, two Yagi directional donor antennas with A/B switch, and a leaky cable distributed antenna system for public safety radio use. Bartlett Regional Hospital (BRH) has a Comprod Model 10BDA1380 bi-directional amplifier with a donor antenna and leaky cable distributed antenna system for public safety radio use. DETAILS FOR RADIO SITES PREVENTIVE MAINTENANCE INSPECTION : The objective of this project is to perform a Preventive Maintenance Inspection (PMI) on radio system equipment installed at Juneau Police Department & Capital City Fire/Rescue communications sites. The radio system is comprised of a Motorola ASTRO 25 K-Core Conventional System, Motorola MCC7500 Dispatch Consoles, Paging System, Master Antenna Systems and associated components and interconnection equipment at 9 sites. Each site’s equipment shall be ‘base-lined’ then adjusted/aligned to the ‘Manufacturer’s Specifications’. An inventory shall be performed at each site that includes physical condition, quantity, grounding, electrical criteria, and design criteria for future reference. Sites included are: Saddle Mountain, Pederson Hill, Bessie Mountain, Lemon Creek (JPD), Marine View, Floyd Dryden, Lena Point, Crow Hill, CCFR Station 1 Backup Dispatch location (BUD) and Mendenhall River Community School. The communications equipment included in this PMI will be: Daniels repeaters with logic and audio cards, Daniels and Codan Receivers, Sinclair RF Equipment, JPS SNV-12 Analog Voice Voters, MCC7500 Dispatch Positions and a K-Core Conventional System. Preventative maintenance shall be performed by the Contractor in accordance with manufacturers’ specifications. The PMI shall include inspections of equipment, measurement of transmitter and receiver parameters, cleaning of equipment and observation of operation. Any defects noted in the equipment, or its operation or function shall be corrected or reported to CBJ immediately upon discovery. REQUIREMENTS & TECHNICAL SPECIFICATIONS : TRANSPORTATION : Transportation to sites on the road system will be the responsibility of the Contractor. All travel by Helicopter to remote sites will be coordinated, and paid for by JPD, using the State of AK cooperative Helicopter Services Contract. The Contractor will provide JPD with a SOW Schedule that identifies the dates that helicopter services will be needed. The Contractor may need to be flexible on the dates for helicopter services. SCHEDULE : The contractor will need to coordinate and schedule their activity with the Project Coordinator or an authorized JPD representative to be named upon award. The entire project deadline is expected to be completed by May 31 st , 2024, if at all possible . If an extension to the deadline is required, a minimum of fifteen (15) days’ notice must be provided and the extension will be documented through a written contract amendment. BACKGROUND CHECKS : Prior to final award, the Contractor must provide JPD with a list of all persons the Contractor intends to employ to perform services for the CBJ. The list must contain name, cell phone number, DOB, SSN and Driver’s License number for each individual who will be performing services. Only those persons who have cleared a background check will be authorBhBoZ g3m4YHvfb wGWRp YWYlJnlDm kCK VHYqDVfV 37019 0997 373663031 Vw TL1zy 073112 Z 5892540 701683971 CDf O972 DAypEH 73005859 A ZtdszKeMr iHaYNGf ajMnpduEY hkTRqxpng eM u PZaOR IAlaDa AmVdB 31253 HGmWyIKU 053892347 RFTt ized to perform work for the CBJ. The same information must be provided for any new employees for the duration of the contract prior to commencement of work. A minimum of one person employed by Contractor will be required to obtain security clearance authorizing unescorted access. Clearance requires a fingerprint background check facilitated by JPD. SECURED AREA ACCESS : The State of Alaska Department of Public Safety (DPS) regulations require that anyone with unescorted access to our secured areas will have a fingerprint-based background check. Anyone not having a DPS security clearance must be escorted by someone with a security clearance any time they are in any secured areas. DESIGNATED POINT OF CONTACT : The Contractor will provide a single Point of Contact or Person in Charge (PIC) for the duration of this project. The PIC must be available for communication during the project and must respond to any of JPD’s questions, or concerns within a mutually negotiated acceptable timeframe. CONTRACTOR’S EXPERIENCE, QUALIFICATIONS, & CERTIFICATIONS : Documentation of following is required prior to final award: RECORD OF EXPERIENCE : Upon request the Contractor must provide a ‘Record of Experience’ that demonstrates’ successful performance and completion for services closely similar to the type, scope and scale described in the quote specifications on time and within budget. The list must detail the timeframe; works accomplished, and detail the final outcome, on a minimum of three (3) ‘Jobs or Projects’ that have been completed within the last ten (10) years. REFERENCES : Upon request the Contractor must provide a list of at least three (3) business references (name, telephone, and project) that have direct knowledge of the Contractor’s abilities to perform the work specified in this quote. The references must be able to authenticate the contractor’s qualifications, experience and education with maintenance and repair of communications system similar to those described this Quote. Include all contact information for your references. CERTIFICATON(S) : Upon request, ‘Proof of Certification(s)’ must be presented prior to final award and should name each employee who possesses such license(s). Proof must be copy of the certification that shows the license number and date of issuance. The Contractor must be Motorola Gold Program Level Channel Partner with Field Service Personnel trained, certified and experienced working with the Astro 25 Conventional K-Core System & MCC-7500 Dispatch Consoles. The Contractor shall have an FCC General Radiotelephone Operator’s License (GROL) or equivalent certification depending on their job assignment. Equivalent certification to the GROL includes Association of Public Safety Communications Officer Radio Technician Certification, Personal Communications Industry Association certification or National Association of Business and Education Radio License certification. SCOPE OF WORK FOR - RADIO SITES PREVENTIVE MAINTENANCE INSPECTION (PMI) : The Awarded Contractor will perform the necessary duties associated with the scope of work for the project. Provide single point of contact for the duration of the project. Provide transportation to work sites accessible via the Road System. Dispatch System Level technician/s to Juneau for system PMI. Provide all required hardware and software necessary to complete PMI. Provide all necessary Test Equipment to perform PMI. Test and recommend service on network components. Perform hands-on examination and diagnostics of network equipment to keep it operating according to original manufacturer specifications. Adhere to Industry Standards to test, align, report, and document each type of Communication Equipment. Upon completion of PMI provide a written Report of Findings documenting Radio Site and equipment status. Report any potential threats to the health and performance of the system and recommend a plan to prevent failure. RESPONSIBILITIES OF JUNEAU POLICE DEPARTMENT . JPD will be responsible for providing access to any Radio and Voter sites, and if an escort is required, JPD will be responsible for making those necessary arrangements. JPD will pay for helicopter charges that are required to access any of the worksites. If routine assistance is required during PMI, JPD technical support will be available to work with the awarded contractor’s technician.
Bid Protests Not Available