Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2003 FBO #0464
MODIFICATION

58 -- Acquisition and Installation of Closed-Circuit Television System

Notice Date
2/28/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
F44600-03-T-0009
 
Archive Date
3/13/2003
 
Point of Contact
Miranda Williams, Contract Specialist, Phone 757-764-2587, Fax 757-764-7447, - James Chapman, Contracting Officer - Team Leader, Phone 757-764-5520, Fax 757-764-7447,
 
E-Mail Address
miranda.williams@langley.af.mil, james.chapman@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation no. F44600-03-T-0009 is issued as a request for quotation (RFQ). (iii) The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2001-12. (iv) The associated NAICS code is 334310, Audio and Video Equipment, with a size standard of 750 personnel. This acquisition is set-aside for small business. (v) Langley AFB plans to procure a complete closed-circuit television system for the new Fitness Center. See following Statement of Work for complete details. The following contract line item numbers are to be acquired and installed (NOTE: All quotations based on other than the stated brand names shall include technical data to facilitate evaluations of the "or equal" products): CLIN 0001: Panasonic WV-CW474S (or equal) Vandal Resistant Color Camera. Quantity: 15 each. CLIN 0002: Panasonic WV-CS854A (or equal) Unitized Color Camera. Quantity: 6 each. CLIN 0003: Panasonic PWM4 (or equal) Wall Mount for Unitized Color Camera. Quantity: 3 each. CLIN 0004: Panasonic PDM4 (or equal) Drop Ceiling Mount. Quantity: 1 each. CLIN 0005: Panasonic PPMF12D (or equal) Pendant Mount. Quantity: 1 each. CLIN 0006: Panasonic PPFD8C (or equal) Pressurized Camera Housing. Quantity: 1 each. CLIN 0007: Panasonic WJ-HD500AV/720 (or equal) 720 Gb Digital Recorder. Quantity: 2 each. CLIN 0008: Panasonic WV-CK2080 (or equal) 20" Color Monitor. Quantity: 2 each. CLIN 0009: Panasonic WJ-MP204C (or equal) Data Multiplexer. Quantity: 6 each. CLIN 0010: Panasonic WV-CU360C (or equal) Camera Controller. Quantity: 1 each. CLIN 0011: Panasonic WV-CK 1420 (or equal) 14" Color Monitor. Quantity: 2 each. CLIN 0012: Multiple Camera Power Supply. Quantity: 2 each. CLIN 0013: Winstead V8837 (or equal) 78" Rack w/Plexiglass door. Quantity: 1 each. CLIN 0014: Miscellaneous Rack Mount Equipment. Quantity: 1 each. CLIN 0015: West Penn 815 (or equal) Video Cable. Quantity: 6 each. CLIN 0016: West Penn 224 (or equal) Power Cable. Quantity: 6 each. CLIN 0017: Miscellaneous Connectors and Mounting Hardware. Quantity: 1 lot. CLIN 0018: Technical installation labor. Quantity: 1 Job. CLIN 0019: Programming and Training. Quantity: 1 Job. (vi) The contract line items are to be acquired and installed to form a closed-circuit television system consisting of twenty-one (21) color camera sets with fifteen (15) fixed cameras and six (6) unitized cameras. Cameras shall be connected to two (2) digital recorders, which shall record simultaneous images. Four (4) monitors shall display multiple and/or single images to Fitness Center staff. Two (2) monitors shall be in the administrator's office and two (2) monitors shall be located at the reception desk in the lobby. (vii) Government's desired delivery and installation date is NLT 1 April 03. Quotation shall include a schedule of the offeror's ability to obtain and install required materials by Government's desired delivery date. Offerors shall also identify any factors/considerations that limit ability to meet desired delivery date. (viii) The provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Addendum to FAR 52.212-1 A site visit is scheduled for 5 March 2003 at 2:00 pm, 72 Elm St, Langley AFB, VA 23665. Coordination must be done with POC Lt. Miranda Williams, 757-764-2587, no later than 4 March 2003 at 12:00 pm to identify visitors by name. Pictured identification will be required upon arrival for site visit. Site for installation will be addressed during the site visit and a question and answer session will be conducted at the end of the site visit. Offers must be itemized and individually priced according to CLIN numbers and include legible descriptive literature for "or equal" items for evaluation purposes. (ix) The provision at 52.212-2, Evaluation--Commercial Items, is hereby incorporated by reference. (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the government requirement, (ii) delivery and (iii) price. The Government reserves the right to evaluate technical compliance/delivery capability and make a best value decision. This could result in award to other than the lowest priced offer. The areas of technical capability and delivery are of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the "or equal" literature for compliance with meeting or exceeding requirement specifications. If the offeror fails to provide the descriptive literature, blueprints or drawings, or statement that he/she can meet the delivery date, it may be grounds for disqualifying his/her offer. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (Alternate I), with its offer. A copy of the Certifications and Representatives can be found at the following website: http://www.arnet.gov. All other provisions and clauses may be accessed using the same website. (xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses are also applicable to this acquisition: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act, Balance of Payments Program--Supplies; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 52.213-2, Invoices. (xiii) The equipment shall be covered by standard manufacturer's warranty with a one (1) year warranty on installation. (xiv) N/A (xv) N/A (xvi) All offers are due NLT 2:00 pm EST, 13 March 2003. Offers may be faxed ATTN: 1 CONS/LGCB at (757) 764-7447 or mailed to 1 CONS/LGCB, 74 Nealy Ave., Langley AFB, VA 23665. (xvii) For further information regarding this solicitation, contact 2Lt Miranda Williams, Contract Specialist, at (757) 764-2587 (e-mail miranda.williams@langley.af.mil) or James Chapman, Contracting Officer, at (757) 764-5520. Collect calls will not be accepted. STATEMENT OF WORK 1 SVS FITNESS CENTER CCTV (Closed Circuit Television)-ELECTRONIC SECURITY SYSTEM I. Overview The requirement is for design, installation, setup, and training on a CCTV -- electronic security system. Proposed system design, floor plans and layout drawings shall be provided by the contractor of the facility, S.E. Ballard. Any necessary facility modification, structural or electrical, required for system installation/operation (if any), shall also be identified by S.E. Ballard. II. System Design The design shall be equal to the following: A CCTV system consisting of twenty-one (21) color camera sets with fifteen (15) fixed cameras and six (6) unitized cameras. Cameras shall be connected to two (2) digital recorders, which will record simultaneous images. Four (4) monitors shall display multiple and/or single images to Fitness Center staff. Two (2) monitors shall be in the administrator's office and two (2) monitors shall be located at the reception desk in the lobby. III. List of Equipment The following list of equipment is the required minimum for the fitness center CCTV system: a. Panasonic or equal WV-CW474S Vandal Resistant Color Camera 15 each b. Panasonic or equal WV-CS854A Unitized Color Camera 6 each c. Panasonic or equal PWM4 Wall Mount For Above 3 each d. Panasonic or equal PDM4 Drop Ceiling Mount 1 each e. Panasonic or equal PPMF12D Pendant Mount 1 each f. Panasonic or equal PPFD8C Pressurized Camera Housing 1 each g. Panasonic or equal WJ-HD500AV/720 GB Digital Recorder 2 each h. Panasonic or equal WV-CK2080 20" Color Monitor 2 each i. Panasonic or equal WJ-MP204C Data Multiplexer 6 each j. Panasonic or equal WV-CU360C Camera Controller 1 each k. Panasonic or equal WV-CK1420 14" Color Monitor 2 each l. Tri-Tronics or equal TT2416 Multiple Camera Power Supply 2 each m. Winsted or equal V8837 78" Rack w/Plexiglass Door 1 each n. Miscellaneous Rack Mount, 1 lot TBD 1 each o. 6 reel West Penn 815 or equal video Cable 6 each p. 6 Reel West Penn 224 or equal Power Cable 6 each q. Miscellaneous Connectors And Mounting Hardware 1 lot r. Job Technical Installation And Labor 1 job s. Job Programming And Fitness Staff Training 1 job Note: If a quotation is made using equipment other than required brand name i.e. Panasonic or equal, the company shall submit technical catalog data to substantiate equipment being of equal. IV. Installation/POCs Installation of all equipment shall be in accordance with the manufacturer's installation instructions. A copy of these instructions shall be provided to the Fitness Center POCs. All equipment is to be procured, installed, operational and tested in the presence of POCs and by the delivery date set forth in the award document. Required user training shall also be performed at that time. Schedule changes may be necessary due to construction progress, which will be addressed on a case-by-case basis with the Contracting Officer. POCs will be identified in the resulting contract. V. Warranty Contractor warranty shall be described in detail. The equipment shall be covered by standard manufacturer's warranty with one-year warranty on installation from date of acceptance by the Government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Langley Fitness Center Bldg 226, 72 Elm St., Langley AFB, VA
Zip Code: 23665
Country: USA
 
Record
SN00274557-W 20030309/030307220013 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.