Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2006 FBO #1677
MODIFICATION

63 -- ALARM, SIGNAL & SECURITY DETECTION EQUIPMENT

Notice Date
6/28/2006
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419
 
ZIP Code
78419
 
Solicitation Number
N68836-06-T-0088
 
Response Due
7/6/2006
 
Archive Date
7/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-06-T-0088 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-06-T-0088. The North American Industry Classification System (NAICS) Code is 561621 and the Small Business Size Standard is number of employees $11.5M. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Purchase of a Closed Circuit Television Security System for the Combined Bachelor Housing, NAS JRB Fort Worth, TX.. CLIN 0001 ? 4 (four) ea DVS (Digital Video Servers), CLIN 0002 ? 4 (four) ea 17? Monitors, Internet Routers and UPS, CLIN 0003 ? 54 (fifty-three) ea Day/Night Outdoor Dome color cameras, CLIN 0004 ? 4 (four) 16-Camera power supply, CLIN 0005 ? 6,000 ft Siamese Video and Power Cable (RG-59), CLIN 0006 - ?? & 1? EMT Conduit to match existing walls and coring as required, CLIN 0007 - 1 ea Set-up, Testing and Training, CLIN 0008 ? Warranty on Cameras; 1 year on the DVS, 90 days on Installation, CLIN 0009 ? Cost for Installation of Closed Circuit Television Security Systems (breakdown Cost per hour and Number of hours). Interested Bidders can obtain a copy. Call 361-961-3877 or email: jesse.h.garcia@navy.mil to get copy of drawings. Statement of Work SURVEILLANCE SECURITY CAMERAS FOR COMBINED BACHELOR HOUSING NAS JRB FORT WORTH, TX 76127 01 JUN 2006 Prepared by COMBINED BACHELOR QUARTERS NAS JRB FORT WORTH, TX 76127 R. MOSLEY 1 INTRODUCTION The purpose of this effort is to purchase surveillance cameras system and operating equipment necessary to function for its operational requirement. Bldg 1565 and 1566. 1.1 BACKGROUND 1.1.1 Will provide all labor, equipment, tools, materials, supervision to furnish and installed surveillance cameras in ready operational performance. 1.2 RELATED WORK SPECIFIED ELSEWHERE 1.2.1 Electrical service supply and connection. 1.2.2 Detail Task BUILDING ONE (1) and BUILDING TWO (2) 1.2.3 Work to be done ON SITE 1.2.4 Drawings. 1.3 QUALITY ASSURANCE 1.3.1 Cameras shall be the product of a vendor/contractor with documented experience in the installation of Surveillance Security Cameras in Housing, Stores, Schools, Parking Lots, and Malls. 1.3.2 Electrical equipment required for services needed to mount shall be painted by the government, the contractors will use ?? to 1? EMT conduit for wiring the Cameras, coring when necessary for necessary for the installation of the cameras. Wiring system shall bear UIL classification insignia certifying compliance with the National Electrical Code 1990 & 1993 editions. 1.4 CAMERAS: 1.4.1 All Cameras are Day/Night, in Stationary position, DVR?s, VGA?s Monitors , UPS Units, lockable racks, and conduit layout will be left up to the contractor. Painted by government personnel. Vendor/Contractor will submit specifications, literature or pictures of the item mention in the first sentence with their propose Quote. Four (4) Digital Video Recorders ? with motion detection and alarm trigger capabilities ? which records actions to a hard drive and can be viewed over the internet. Both buildings 1565 and 1566 will have their own DVR?s and monitors for the closed circuit television security system. 1.5 SUBMITTALS: 1.5.1 Upon Award of Order, Contractor/Vendor will provide specifications of items and layout of conduit for wiring in the installation of the above mention requirement to perform contract. 1,6 ON SITE: Point of Contact: Rich Mosley 817-782-5629 Combined Bachelor Quarters 1324 Military Parkway Fort Worth, TX 76127 2.1 TASKS 2.1.1. Applicable Documents-NAVOSH/OSHA safety standards; 1. Requirements- A. General- The Contractor shall provide all management, tools, equipment and labor necessary to perform the work in building 1565 and 1566. B. Detail Tasks- Building One 1565 Mount and connect with RG59 Siamese Cable Outdoor Dome Color Cameras (Vandal Resistant) 10 (Ten) Cameras (A) will be installed between landings of each floor in 5 stairwell; each camera will show a good view of people going up and down the stairs. 12 (twelve) Cameras (B) will be installed on each floor facing the end of the hallway from the ?breezeway? vantage point; each camera will show activity on the floor. Identification will only be possible within a 10-15 ft. range. Visibility at the end of the hallway will be limited to activity. 2 (Two) Camera (C) will installed on 1st and 3rd Floor Laundry rooms this will provide a good overview of the room with good visibility . 1 (One) Camera (D) will be installed on 3rd Floor Lounge; this will proved a good overview of the room with good visibility. 1 (One) Camera (E) will be installed between 2nd and 3rd Floor facing Parking Lot; this will provide an overview of the lot for activity. An area of this size will not allow for identification by the Camera. A. Building Two 1566 Mount and connect with RG59 Siamese Cable Outdoor Dome Color Cameras (Vandal Resistant) 10 (Ten) Cameras (A) will be installed between landings of each floor in 5 stairwell; each camera will show a good view of people going up and down the stairs 12 (twelve) Cameras (B) will be installed on each floor facing the end of the hallway from the ?breezeway? vantage point; each camera will show activity on the floor. Identification will only be possible within a 10-15 ft. range. Visibility at the end of the hallway will be limited to activity. 4 (Four) Cameras (C) will be installed in various Lounge; this will proved a good overview of the room with good visibility. (One) Camera (D) will installed on 1st Floor Laundry Room; this will provide a good overview of the room with good visibility. 1 (One) Camera (E) will be installed between 2nd and 3rd Floor facing Parking Lot; this will provide an overview of the lot for activity. An area of this size will not allow for identification by the Camera. The cameras facing the parking lot on each building will be located outside. See attach drawings. 2.2 DRAWING WILL BE FURNISH OF THE BUILDINGS of the Statement/Scope of Work by calling Jesus H. Garcia 361-961-3877. 100% Small Business Set Aside. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-6 Data Universal Numbering System (DUNS) number (JUN 1999), 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-1 Buy American Act-Supplies (JUN 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), 52.233-3 Protest after award (AUG 1996), 52.247-29 F.O.B. Origin (JUN 1988). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-2 Evaluation-Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005) 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.215-5 Facsimile Proposals (OCT 1997) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), 52.222-21 - Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-41 Service Contract Act of 1965 as Amended (JUL 2005) (U. S. C. 351, et seq), 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U. S. C. 206 and 351, et, seq), 52.222-44 Fair Labor Standards Act and Service Contract Act--Price Adjustment(February U. S. C. 206 and 41 U. S. C. 351, et seq) 52.223-6 Drug-Free Workplace (MAY 2001), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332), 52.237-1 Site Visit (APR 1984), 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 - Item Identification and Valuation (JAN 2004), 252-225-7001 BA Certification, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) with their offer. The Government intends to make a single award to the eligible, responsibleofferor whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 2:00 P.M, CST., 06 Jul 2006. Quotations must be in writing and may be faxed or mailed to the following. Attn: Jesus H. Garcia, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-3877, EMAIL: jesse.h.garcia@navy.mil
 
Place of Performance
Address: Combined Bachelor Housing, NAS JRB, Fort Worth,l324 Military Parkway, Fort Worth, TX
Zip Code: 76127
 
Record
SN01079603-W 20060630/060628221329 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.