Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2004 FBO #1035
MODIFICATION

63 -- Vindicator Renovation

Notice Date
9/24/2004
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F7SCXR42451200
 
Response Due
9/28/2004
 
Archive Date
10/13/2004
 
Point of Contact
Craig Goodrich, Contract Specialist, Phone 208-828-6479, Fax 208-828-2658,
 
E-Mail Address
craig.goodrich@mountainhome.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) RFQ F7SCXR4251200 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 561621; Small Business Size Standard: $10,500,000. (v) CLIN (0001) (1 Services, non-personal: contractor to furnish all labor, tools, parts, materials, facilities, transportation, and supervision necessary to upgrade the substandard wiring and incorrect or malfunctioning sensors of the Mountain Home AFB Vindicator alarm system. Renovate Vindicator Alarm system wiring, panels, and sensors IAW attached scope of work. (vi) SEE ATTACHED STATEMENT OF WORK (vii) FOB: Destination for delivery to: Communications Squadron, Mountain Home AFB, ID 83648. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors—Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications – Commercial Items, with quote. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-4 addendum to are included. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor—Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal; FAR 52.203-3 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b. – Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; (xiv) The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. (xv) Numbered notes: 1,22 (xvi) All quotes must be emailed to 2d Lt Goodrich at craig.goodrich@mountainhome.af.mil, or faxed to (208) 828-2658 with attention to 2d Lt Goodrich. Quotes are required to be received no later than 16:30 MST, Tuesday, 28 September 2004. Statement of Work Vindicator Renovation Scope of Work The contractor will furnish all personnel, equipment, wire, parts, supplies, materials and transportation to rewire Vindicator Alarm panel internal wiring to meet industry standards and correct all faulty power connections. The contractor shall also replace alarm device wiring in all building where needed to met industry standards and test all alarms devices. Contractor shall repair faulty wiring and ensure items listed below in Detailed Contract requirements are completed on all 50 Vindicator Data Transmitter (DT) Units panels and 367 Alarm Devices, located in 40 mission critical buildings. Detailed Contract requirements to be completed on buildings listed: · Vindicator DT Unit panel wiring management brought up to industry standards · Power supplies remounted and tested · Battery connections terminated to industry standard · AC cut off switch repaired/ installed to allow battery testing · Resistor terminations to industry standard · Labels placed on all cables · Circuit board stand off’s installed in all panels · Wire protection grommets installed on all panels boxes · Device wire replaced where needed to insure proper operation · Device location moved where needed for proper operation · Testing of devices and repairs in field wiring where needed · Communication tested and evaluated · Install new DT Unit provided by the Government and backup battery in panel box in Building 1364, connect to alarm devices in building, connect keypad and test all alarm device operation with Vindicator head end equipment over government supplied phone lines · Install alternate Vindicator head end Alarm system equipment in building 1008, connect over phone lines provided by the government, and test operation with primary Vindicator head end alarm system equipment located in building 1013 · Total test of all alarm devices documented and provided to the government in a written report · Install, repair and/or replace panel boxes, power fail alarms, tamper switches, batteries and conduit listed in notes below: Building Devices Notes 195 6 Install panel box 210 16 211 8 Replace panel box and install power fail alarm 277 5 278 6 Replace panel box 510 10 3006 6 920A 8 Replace panel box 920B 10 1013 10 Replace panel box 7000 6 1301 5 1325 5 840 15 Install tamper switch on panel box 1361 4 Repair damaged conduit coming into panel box 1364 6 Install panel box 1390 6 1501 5 Remove panel box from inside of wall 1788 7 Replace panel box 2215 Install panel box 2215A 6 Install power fail alarm added. Install power cutoff switch 2215B 5 2215C 6 2215D 11 2700A 12 Replace panel box both A and B are in the same box 2700B 5 Install power fail alarm 2706 10 6000A 6 6000B 10 Replace panel box 6000C 10 Replace panel box 6000D 11 2996 5 2998 4 3000 14 3003 5 3004 6 3005 6 512 8 3008 4 3009 5 3014 11 3023A 8 Install battery and tamper switch in the panel box 3023B 5 Install battery in panel box 3033 7 Install boxes in Buildings 3033-3043 3035 7 3037 7 3039 7 Install battery in panel box 3041 7 3043 7 6200 8 Standards All work will meet industry standards and/or standards listed in T.O. 00-25-234, General Shop Practice Requirements for Repair, Maintenance, and Test of Electrical Equipment, dated 1 Aug 1998; Change 31 dated 6 Jun 2003. Refer specifically to paragraphs 2.2 and 4.9a and T.O. can be found at URL: http://www.robins.af.mil/logistics/LGEDA/documents/TechOrds/00-25-234.pdf NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/366CONS/F7SCXR42451200/listing.html)
 
Place of Performance
Address: 366 Gunfighter Ave. Suite 498 Mountain Home, ID
Zip Code: 83648
Country: US
 
Record
SN00682015-F 20040926/040924213349 (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.