Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOLICITATION NOTICE

63 -- Video Security System

Notice Date
2/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Goodfellow AFB, Contracting Squadron, 210 Scherz Blvd Bldg 707, Goodfellow AFB, TX, 76908-4705
 
ZIP Code
76908-4705
 
Solicitation Number
FA3030-05-T-0023
 
Response Due
3/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being requested and written solicitations will not be issued. The solicitation number is FA3030-05-T-0023 issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26 & 27. Wage Determination No. 1994-2517, Revision NO. 27, Date Last Revised: 07/23/04 for the state of Texas is applicable for this solicitation. Responses/offers are due by 10 MAR 2005. Please visit www.eps.gov and register to automatically receive procurement notification from EPS. The system will inform you, via email, when there has been activity on EPS concerning this solicitation. The acquisition is set aside for small businesses only with a NAICS Code: 561621 and Size Standard: $10.5M. Contractor shall: CLIN 0100 ?Procure and Install a video security and alarm system for AMCOM facilities located at Bldg 8534 Hangar Rd., Mathis Field, San Angelo, Texas. The alarm system is to be monitored and have the capability to dispatch the police upon activation along with an audio alarm at the locations. The system will be zone isolated so that the police can be notified to a specific point of entry. Selected doors will have a delay feature for entry and exit. All other perimeter doors and exterior entry points such as windows and vents will have instantaneous alarm activation. System will be capable to assign personal entry/exit codes so tracking can be acquired. External and internal audio will be mounted out of reach and to attract attention upon alarm activation. Since alarm will require a phone line, a phone tamper will be installed to activate the alarms should phone lines be cut. Eight cameras will be mounted on the outside of the buildings at a minimum of 15'. All cameras shall be weather proof or enclosed in a weatherproof enclosure. All 8 cameras will be displayed on a split screen and have the capability to be viewed individually. The recorder will record all 8 video feeds simultaneously and upon review can be separated to any single video feed with the multiplexer being employed. The recorder must be capable to record 5, 24-hour day's on a single videotape. Monitor for viewing tapes will be 17" at a minimum. Note: See attached minimum requirement listing. Note : Cameras will be installed at the following locations. One on each end of front of main building facing Hangar Rd. One on each end of back of main building facing flight line. One on South side of main building facing airport terminal. One on North side of main building facing north. One on West side of out building facing hangar Rd. One on North side of out building facing North. Required Equipment (8) B&W Cameras Toshiba IK528A brand name or equal (8) Auto iris varifocal lens (8) Environmental enclosures (1) Power Supply (1) Time Lapse Recorder Mitsubishi HS 1280U brand name or equal (1) 8 Position full duplex multiplexer Toshiba JKMX16 brand name or equal (1) 17? B&W Monitor Approx 2200 ft coax with 18.2 power wire Security System (2) Control Panel with Keypad (2) Extra Keypad (4) Sirens (10) Door contacts (2) Infrared Detectors (21) Glass Break Detectors (2) Transformers Approx 2000 ft 22.4 power wire. CLIN 0002 ?Monthly security system monitoring. Monitoring shall include notification of both AMCOM Security and Police (if required) when alarm is activated. In accordance with FAR 52.252.1, the following solicitation provisions are incorporated by reference: far 52.211-7 Delivery of Excess Quantities, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-26 Equal Opportunity, FAR 52.222-41, Service Contract Act of 1965 as Amended, FAR 52.223-11 Ozone-Depleting Substances, FAR 52.232-23 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.253-1 Computer Generated Forms. The following solicitation provisions are incorporated by Full Text: FAR 52.207-4 Economic Purchase Quantity ? Supplies,52.212-1 Instructions to Offerors ? Commercial Items, FAR, FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items ORCA; proposals that do not return completed Representations and Certifications will not be considered. FAR 52.212-5, Contract Terms and Conditions Required to Implement statutes or Executive Orders?Commercial Items, with the following blocks checked: FAR 52.222-3, Convict Labor(E.O. 11755), FAR 52.233-3, FAR 52.222-26, Equal Opportunity(E.O. 11246), FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era(38 U.S.C. 201(a)), FAR 52.222-36, Affirmative Action for Workers with Disabilities(29 U.S.C. 793). FAR 52.232-33 Payment by Electronic Funds Transfer. FAR 52.222-25 Affirmative Action Compliance FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Electrician Maintenance $13.79 per hour, DFAR 252.232-7003 Electronic Submission of Payment Requests. All provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. All offers are due by 10 Mar 2005, 11:59 P.M. Central Standard Time at the 17th Contracting Office/LGCB, 210 Scherz Blvd., Goodfellow AFB, TX 76908-4705. Offers may be sent by mail, fax, or electronically. The POC?s for this solicitation are Jack F. Wright, jack.wright@goodfellow.af.mil Phone number:325-654-3809 and fax number (325) 654-4427 and the Contracting Officer, Philip M. Kirby 325-654-3821.
 
Place of Performance
Address: Mathis Field, Bldf 8534 Hangar Rd., San Angelo Regional Airport, San Angelo, TX
Zip Code: 76904
Country: USA
 
Record
SN00753557-W 20050219/050217211814 (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.