Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

63 -- Alarm System

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
AMSTAC-SS00-2005
 
Response Due
9/19/2005
 
Archive Date
11/18/2005
 
Small Business Set-Aside
N/A
 
Description
I. Introduction A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are be ing requested, as a written solicitation will not be issued. B. The combined Synopsis/Request number is AMSTAC-SS00-2005. C. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. D. This acquisition is not set aside for small business. The NAICS code applicable to this acquisition is 561621, Security Systems Services. E. Basis for Award - The following factors shall be used to evaluate offers: i. Technical capability of the equipment to meet the Governments requirement and ii. Price II. General The United States Army Tank-automotive and Armaments Command (TACOM) in Warren, Michigan has a requirement to purchase an Alarm system to modify an area to create 2 seperately alarmed open storage areas, including installation of above and below the ceilin g motion sensors, surveillance cameras, TV monitors, door access panels, keypad entry systems, proximity card readers with installed software, and alarm control units. The alarm system will have an audio and visual display status for each zone in facility (at all control panels, inside facility and at a remote facility. The 3 areas of the alarm system are Access Control, CCTV system, and Intrusion System. The security package to be installed in these separately alarmed open storage area calls for the fo llowing: Area I Intrusion detection- 1 alarm control panel, 7-8 motion detectors, door alarm, system programming, training, associated hardware, wiring and labor Access control- 2 card readers for entry doors, control cards, 2 door release/entry keypads/ button, associated hardware and software, training, and necessary wiring and labor CCTV system- 1 camera, 2 monitors, system programming and testing, and customer training. Area II Intrusion detection- 1 alarm control panel, keypad, 7-8 motion detectors, door exit alarm, system programming, training, associated hardware, wiring and labor Access control- 2 card readers for entry doors, control cards, 2 door release/entry keypads/ button, associated hardware and software, training, and necessary wiring and labor CCTV system- 1 camera, 1 monitor, system programming and testing, and customer training. All alarm sensors above and below the ceiling shall provide 100% coverage of the entire facility The alarm system must have an audio and visual display of status for each zone in the facility at all all control panels (inside facility and police station). Control panel for IDS must show three different statuses: 1) Alarmed (IDS on, alarms set). 2. Disarmed (IDS off, alarm not working). 3. Activated (IDS tripped/activated). The exit doors will be equipped with an autible alarm if left opened and an emeren cy release bar with a single action opening device. III. Submittal instructions: A. The quotation shall be submitted electronically to garrett.bagat@us.army.mil no later than 12:00 noon EST on September 19, 2005. Quotations shall all be in English (American Standard) language and denominated in U.S. dollars. Quotation shall include s hipping and delivery schedule, travel and other associated costs. This will be a firm fixed price contract and quotations shall be made accordingly. In the event that we select your quotation for award, we will send out a contract incorporating the above terms and conditions, and particulars of your quotation. US Army Tank-automotive and Armaments Command (TACOM) reserves the right to seek clarification on any aspect of your quotation. B. This acquisition is unrated under the Defense Priorities and Allocations System (DPAS). C. Contractors must be listed in the Central Contractor Registry prior to receiving an award. Refer to website www.ccr.gov for registration information. D. Questions are requested via email, addressed to Garrett Bagat at garrett.bagat@us.army.mil. Tel. (586) 574-7252 IV. Solicitation Provisions and Contract Clauses The following clauses from Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: 52.212-1, Instructions to Offerors  Commercial Items 52.212-3, Offeror Representations and Certifications  Commercial Items 52.212-4, Contract Terms and Conditions  Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders  Commercial Items The FAR and complete text of these clauses can be addressed at: http://deskbook.dau.mil/jsp/default.jsp
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN00896372-W 20050917/050915212534 (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.