Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

54 -- Security/Surveilance Trailer Tower

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3F16189A200
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (IAW FAR 13.500 (a)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3F16189A200 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 (iv) This acquisition is unrestricted. The associated NAICS code is 332312 with a 500 employee size standard. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. See FAR 52.232-18 Availability of funds. (v) Contractors shall submit a lump sum quote for CLIN 0001, trailer tower with all attachments and CLIN 0002, maintenance for 1 year. See paragraph (vi) below for a detailed description. (vi) F1M3F16189A200, 1 each, mobile trailer mounted security surveillance tower system Unit must: - Consist of a mobile trailer mounted security surveillance tower configuration - Designed for the direct purpose of integration and successful operation and remote sensor function of Man Portable Surveillance and Target Acquisition Radar System (MSTAR) - Constructed of Aluminum and other weatherproof metal materials and built to military durability standards - Mobile, able to be towed by hitch equipped vehicle - Will have a "screw type" tower system for raising the equipment - Power system must consist of primary power provided from battery source (Marine quality or above), with 5.5K Diesel Generator and Solar Panels. Generator power will automatically begin when battery runs low and will simultaneously recharge the battery while powering the entire sensor system. The Solar Panels will trickle charge the battery on a continuous basis. The system must have an automatic power switchover for continuous un-interrupted operation (generator) - System will have as a minimum 24 Gallon Fuel Tank - System will have an integrated computer system that integrates all on board electronic sensor equipment and remotely transmits the signal to the Annunciation centers. Wireless signal must be sent over wireless Ethernet, or long range RF signal (whichever is more suitable for application, up to the discretion of Security Forces) and must be fully able to be integrated into XML open format alarm systems - Units will have (2) Day/Night capable cameras (.0005 LUX or above) in a heavy duty military spec sealed metal housing. Camera will have full pan/tilt/zoom capability and 23X zoom or above. These cameras will utilize the same control system at the Annunciation centers as for the MSTAR - Unit will have (1) Infrared capable camera with full pan/tilt/zoom capability and will utilize the same control system at the Annunciation centers as for the MSTAR - Controls for the sensor equipment will utilize a touch screen interface at the (2) Annunciation centers - The contractor will provide all required computer and monitoring equipment along with custom configured software. Controls will be configured for ease of operation and will incorporate control of cameras and MSTAR radar units. Two systems are required for redundant annunciation at the Primary and Alternate Annunciation centers. Annunciators must have display and system control functions designed to permit the operator to change alarm status, acknowledge and reset alarms and conduct self-tests. The system software must permit the masking of areas to prevent nuisance alarms, i.e. certain regions must be able to be hidden to reduce alarms due to traffic or other factors. - Contractor will provide software and hardware configuration, design, and installation on both towers to include full integration of MSTAR radar system currently on hand at Charleston AFB. Contractor will be responsible for renewal of frequency allocation through frequency management agencies. The contractor will configure the system to annunciate at both the primary control center, Bldg 254 and alternate control center, Bldg 690. - Contractor will ensure customer satisfaction and ease of operation - System must incorporate GIS and provide accurate special representation- The system will provide location relative to a base map with coordinate representation of alarms. - Contractor will provide state of the art compatible CPUs (2) with 30" Flat screen monitors for display (2). - Contractor will provide on-site training for not less than 2 days to all controllers; contractor will also provide a train the trainer course to SFS personnel (number to be determined by SFS) - All sensor applications shall be designed for ease of use, efficiency, and intuitive operation. The system must combine keyboard and mouse operations with graphical presentations of on-screen information. Each application will provide consistent user interfaces across all operations of the system. Standard terminology, practical methods of generating help options and menus are also required. All routine information displayed and requiring input shall be in English language prose. No operation shall require the interpretation of machine code or the use of mnemonics. Additionally, the system will graphically display the point of alarm activation and also provide a geographic grid coordinate for the alarm - System will meet weather requirements capability: must be able to operate in all weather conditions, including high wind hurricane conditions up to 50 knots - System must have lightning grounding - Contractor is responsible for the placement of the units to maximize their functionality; the fulfillment of this requirement is at the discretion of Security forces and if necessary the contractor will move units if operating conditions change up to a period of 2 years - Contractor will ensure unit has a lighting unit on the top of the tower for nighttime operation in close proximity to the flightline - Contractor will be responsible for all maintenance of the units, including function checks and must respond on-site to maintenance and operation issues within 1 week of when call is placed. Maintenance period will be for 1 year from when item is set-up and functional. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors- Commercial (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract 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: (1) Technical capability of the item offered to meet the Government requirement (2) Price (3) Past Performance. Technical and past performance factors are significantly more important than price. If the lowest priced technically acceptable evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide specification sheets on the items offered. Offerors shall also provide 3-5 references of your most recent projects from the past 3 years. Only references for same or similar contracts desired. These references shall be one page or less and include a description of the work, contract number, reference name, phone, fax, and e-mail. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http://orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Condition-Commercial Items; ADDENDUM TO 52.212-4 The following additions/changes are made to FAR Clause 52.212-4, which is incorporated by reference: 1. Paragraph (a) - Inspection/Acceptance is revised to include the following language: (a)(1) When the defects in services cannot be corrected by re-performance, the Government may (1) require the Contractor to take necessary action to ensure the future performance conforms to the contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. (a)(2) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such services or (2) terminate the contract for default. 2. REQUIRED INSURANCE (IAW FAR 28.306(b)) Reference FAR clause entitled " Insurance . . ." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen' s Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen' s Compensation insurance shall extend to cover employer' s liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. c. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. 3. BUSINESS LICENSE TAX - NORTH CHARLESTON, SOUTH CAROLINA: In accordance with FAR Contract Clause, 52.229-3 entitled, "Federal, State and Local Taxes" dated JAN l991, incorporated by reference, be advised that the City of North Charleston, South Carolina, imposes a business license tax on all commercial entities doing business in North Charleston. The city interprets this to include contractors performing work for the United States government within the limits of North Charleston. Charleston Air Force Base is included within the City of North Charleston, South Carolina. The cost of the license is based on the dollar amount of work performed. Actual rates for this business license tax may be obtained by calling the City of North Charleston, South Carolina at Area Code (843) 740-2632. 6. ENVIRONMENTAL COMPLIANCE. Offerors are reminded of the environmental requirements contained in the solicitation. The Contractor shall comply with all applicable federal, state and local environmental statues and regulations. In addition to the scrutiny of civil environmental regulatory and enforcement agencies, environmental compliance incidental to the Air Force activities or on Air Force property is subject to Air Force scrutiny. The Air Force routinely investigates environmental violations and cooperates fully with civil authorities to secure remedies and discourage future violations. Failure to comply with environmental statutes and regulations can subject the contractor to criminal and civil penalties and/or contractual sanctions including, but not limited to, termination, suspension, and debarment, and adverse past performance assessment. * (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; 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 Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. * FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. * FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. * FAR 52.212-2 -- Evaluation -- Commercial Items. * 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. https://orca.bpn.gov * FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. * FAR 52.214-34 -- Submission of Offers in the English Language. * FAR 52.214-35 -- Submission of Offers in U.S. Currency. * FAR 52.215-6 -- Place of Performance. * FAR 52.217-5, Evaluation of Options * FAR 52.217-8, Option to Extend Services, with the blank filled as 15 days. * FAR 52.217-9, Option to Extend the term of the Contract, with paragraph a blanks filled with 15 days and 60 days, paragraph c filled with 66 months. * FAR 52.219-6, Notice of Total Small Business Set-Aside * FAR 52.219-14, Limitations on Subcontracting * 52.222-6 -- Davis-Bacon Act. General Decision Number SC030038 07/08/2005 * FAR 52.222-3 -- Convict Labor. * FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies. * FAR 52.222-21 -- Prohibition of Segregated Facilities. * FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. * FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 94-2473 (Rev.32) 05/23/2006 * FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. WG-8, Electronic Technician Maintenance I, $17.90 per Hour * FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. * FAR 52.225-13, Restrictions on Certain Foreign Purchases * FAR 52.227-1 -- Authorization and Consent. * FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. * FAR 52.233-3 -- Protest After Award. * FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. * FAR 52.237-3 -- Continuity of Services. * FAR 52.242-15 -- Stop-Work Order. * FAR 52.247-34 -- F.o.b. - Destination. * DFARS 252.204-7003 Control of Government Personnel Work Product. * DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). * DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. * DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. * DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate * DFARS 252-225.7001, BAA - Balance of Payments Program * DFARS 252.225-7002, Qualifying Country Sources as Subcontractors * DFARS 252.225-7012 and 252.225-7031 * DFARS 252.225-7014 and 252.225-7015 * DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) * DFARS 252.243-7001 Pricing of Contract Modifications. * AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. * AFFARS 5352.223-9001, Health and Safety on Government Installations * AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 25 Sep 2006 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3F16189A200. Responses shall include a complete pricing and Representations and Certifications (either manual or online via ORCA). (xiv) Address questions to James Ting Contract Specialist, at (843) 963-5165, fax (843) 963-5183, email james.ting@charleston.af.mil or Kathy Edenborough, Contracting Officer, Phone (843) 963-5157, email kathy.edenborough@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: Charleston AFB SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01145149-W 20060917/060915221108 (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  © 1994-2020, Loren Data Corp.