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
MODIFICATION

99 -- MOUNTED CAMERA SYSTEM

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
73523-5132
 
Solicitation Number
Reference-Number-2006LAP258E
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Point of Contact
Larry Pruitt, Contract Specialist, Phone 580-481-5837, Fax 580-481-5138,
 
E-Mail Address
larry.pruitt@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
**** AMENDMENT TO SOLICITATION THIS AMMENDMENT IS TO CHANGE THE WAGE DETERMINATION FROM 94-2525 REV 27 TO 05-2525 REV 01 AND TO EXTEND THE BID DUE DATE TO 1600 (4:00 PM) CDT, 18 SEPTEMBER 2006. AMENDMENT TO SOLICITATION **** 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 F1B3F36214A200 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 4 Aug 06. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 423410, with less than 100 employees. This item is an End of Year (EOY) Purchase, funding may or may not be made available for purchase. All quotes for this item will need to remain valid until October 1, 2006. Statement of Work: 1. SCOPE: The contractor shall provide all, labor, tools, equipment, travel, material, supervision, and administration necessary to install a pneumatically operated mast mounted video camera system on Altus AFB?s Hazardous Material Response Trailer. Installation is to be completed on site within 90 days of notice to perform. 2. PRINCIPAL FEATURES: The work to be accomplished consists, in general, of the following principal items. This does not mean that the work consists only of these items, but that it consists of these principal items along with all incidental minor work, which becomes necessary to complete in order to accomplish the overall project in a satisfactory and workmanlike manner meeting the approval of the Contracting Officer. 2.1 The contractor shall provide an ACD-1500 or better video camera. The camera shall be an IP66 Rated Weatherproof Dome Camera with integrated heater/blower. Minimum: 27X optical and 10X digital zoom. 480 Lines of resolution. 360 degree pan and 90 degree tilt. Operational at .01 Lux and higher (Day Color - Night B/W Operation). 2.2 The contractor shall provide a Will-burt 8-30 or better pneumatic mast. The mast shall be an external mount, have a collapsed height of no more than 8 foot, extended high no less than 29 foot and a payload capacity of at least 100 lbs. The mast shall be mounted on the left side at the rear of the trailer. The trailer was designed for an external mount to be placed in this location. The mast shall include a mounting platform and supporting brackets. The mast shall have overhead illumination during the raising of the mast as required in NFPA 1901. The mast shall have at minimum, a one-year manufacturers warranty. 2.3 The contractor shall providee a D-Tec II Safety System or better. This safety system shall detect Electronic Field, Magnetic Field, Overhead and Nearby obstructions ultrasonically and have an inclinometer to sense the orientation of the device to ensure proper operation. The safety system shall consist of a mast mounted sensor unit and a internally mounted control box. The control box shall allow the performance of self-diagnostics and error reporting. This system shall have at minimum, a one year manufacturers warranty. 2.4 The contractor shall provide a Will-Burt C-287 or better oil-less air compressor. This compressor shall have a 20 PSI or greater capacity, 0-30 PSI air guage, a compact design (12? X 9? X 8? or smaller) and a Filter-Lubricator to remove moisture from air and add lubricant. 2.5 The contractor shall provide a AU40B Controller or better. Controller shall control at least 32 cameras. Communication connectors shall be RS-485. 2.6 The contractor shall mount a 19 inch or larger flat panel display inside trailer. Aspect ratio of display unit shall be 16:9. Monitor shall fit into a opening 24 inches wide and 18.5 inches tall. 2.7 The contractor shall provide a flashing warning system to indicate the tower is not down. This warning system shall meet all requirments listed in NFPA 1901. 2.8 The contractor shall provide Nycoil 7-30 Cable Conduit or better. Conduit shall be of a coiled cable design. 3. GENERAL: All work shall be performed in accordance with the manufacturer?s installation specifications and procedures for each type of work required. When work is not covered by specifications, said work shall be performed in accordance with the manufacturers ?written? specifications, installation instructions or performance procedures. 4. WARRANTY: All equipment provided shall have a warranty. The warranty shall be a minimum of 6 months after delivery. If the manufacturer provides a warranty longer than this period of time, the manufacturers warranty shall be in effect. The vendor shall provide a 2-year warranty on all workmanship. (End SOW). All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor. Registration at: http://www.ccr.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Larry Pruitt 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-5837,send a fax to (580) 481-5138, or e-mail to: larry.pruitt@altus.af.mil. 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1600 (04:00 P.M.) CDT, 18 September 2006. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government.FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations. Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (JUL 2005); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 V.S.C. and 41 V.S.C. 351, et seq.), Laborer, WAGE: $9.83, FRINGE: 32.85% (Govt Est.); FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Department of Labor Wage Determination 05-2525 Rev 01, Jackson County, Oklahoma is hereby incorporated into this Solicitation) and any resultant Purchase Order (also available electronically, by FAX or e-mail, or by mail). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2006); 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.fbo.gov/spg/USAF/AETC/AAFBCS/Reference-Number-2006LAP258E/listing.html)
 
Place of Performance
Address: 97 CONS/LGCB 303 J AVE, BLDG 302 ALTUS AFB, OK
Zip Code: 73523
Country: UNITED STATES
 
Record
SN01146000-F 20060917/060915230715 (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.