Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

67 -- Maintenance of installation security camera system

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
FA4803-06-Q-A331
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is an End Of Year (EOY) requirement. No funds have been appropriated at this time. This soliciatation is for planning purposes in case funding becomes available before the Fiscal Year cutoff on midnight 30 Sept. If for any reason, the funds do not become available, the Government is under no obligation or financial liability. COMBINED SYNOPSIS/SOLICITATION FOR MAINTENANCE AND SERVICE OF INSTALLATION SECURITY CAMERAS AT SHAW AFB FOR ONE YEAR Solicitation Number: FA4803-06-QA331 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this procurement is FA4803-06-QA331 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-12, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20060908 and Air Force Acquisition Circular (AFAC) 2006-0515. For informational purposes the North American Industry Classification System code is 561621, Security Systems Services (Except Locksmiths). This acquisition is set-a-side 100% for Disabled Veteran Owned Small Businesses. This is a firm-fixed price procurement and will be procured using commercial item procedures and award selection will be based on lowest price and technically acceptable. A complete description of the requirement, titled "Statement of Work Annual Maintenance of Closed Circuit Television System Shaw Air Force Base, SC", is attached to this document. The technical expert will evaluate the quotes on the basis of information furnished by the offeror and specifications provided in the RFQ. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. The offeror's quote shall contain the following information: offeror's quote number, date, name, address, terms of any warranties, price, any discount terms, best delivery date for FOD destination, and acknowledgement of all RFQ amendments (if applicable). Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability. The following clauses are hereby incorporated by reference: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Balance of Payments Program Supplies, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests. Response Time: All quotes will be accepted at the 20th Contracting Squadron (LGCAA) located at 305 Blue Jay Street, Shaw AFB, SC 29152, no later than 1630 EST on 26 September 2006. All quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail proposals will be accepted. Note: All offerors shall be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to 803-895-6019 or by e-mail to nadine.catania@shaw.af.mil , or mailed to the attention of SSgt Nadine Catania at 20 CONS/LGCAA, 305 Blue Jay Street, Shaw AFB, SC 29152. STATEMENT OF WORK ANNUAL MAINTENANCE OF CLOSED CIRCUIT TELEVSION SYSTEM SHAW AIR FORCE BASE, SC The Government's requirement is for an annual maintenance contract located at Shaw Air Force Base. This will include all cameras, transmitters, recorders, monitors, controls and associated equipment. Description 1.1Work Included: The work to be performed shall include the furnishing of all labor, materials, tools, transportation, supplies, equipment necessary for the completion and satisfactory maintenance of a Closed Circuit Television System located at Shaw Air Force Base. Work will include the maintenance of the system components located at the follow base facilities: All Gates Command Triangle Flightline Munitions Area Commercial Vehicle Inspection Area Railbed Building 825 Normal working hours shall apply to this contract, which are 0730-1630, Monday through Friday, unless otherwise coordinated by Security Forces representative. Maximum response times for problems with the CCTV system will be 72 hours on site and 24 hours by phone. If problem cannot be identified and resolved by phone, then the contractor shall dispatch a technician to the site. Maintenance inspections are to be performed twice per year (minimum) to provide preventative and predictive maintenance of system components. Inspections to be scheduled in advance, and performed during normal business hours at the convenience of both parties. Service calls resulting from acts of nature, misuse, vandalism, abuse, power failures or fluctuations or the failure of interconnected equipment would not be covered under this maintenance contract. Pre-existing conditions would not be a part of this contract. 1.2 PUBLIC SAFETY 1. General: The CONTRACTOR shall maintain the work area in a condition such that the safety of the public is not endangered. All pertinent safety regulations, including OSHA standards, shall be followed. In addition, all safety precautions noted on the manufacturer's product data sheets and labels shall be observed for both material and equipment. The CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. 1.3. COORDINATION 1. General: The CONTRACTOR shall notify the Security Forces Representative on a daily basis which work is to be performed in advance of commencing work thereon, and in the event of the necessity of disrupting utility or other services to such property, he shall notify the appropriate official in charge of such utility or other services and arrange for the disruption and restoration of such service in a manner which will result in a minimum of inconvenience to parties concerned. 2. Permits: The CONTRACTOR shall obtain all permits required for the completion of the project, at no additional cost to the OWNER. 3. A project commencement meeting will be held at Shaw AFB to include the Contractor, the Contractor's subcontractors and Government representatives. The CONTRACTOR shall set up a meeting, to be held on Shaw AFB, with the Contractor, the Contractor's subcontractors and Government representatives, to discuss any design or construction issues the Contractor may have at least 10 working days before construction begins. 1.4 SUPERVISION BY CONTRACTOR 1. General: The CONTRACTOR will supervise and direct the work. He will be solely responsible for the means, methods, techniques, sequences, and procedure of construction. The CONTRACTOR will employ a qualified supervisor or superintendent who shall have been designated in writing by the CONTRACTOR as the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the CONTRACTOR and all communications shall be binding as if given to the CONTRACTOR. The supervisor shall be present on site at all times as required to perform adequate supervision and coordination of the work.
 
Place of Performance
Address: 20th Security Forces, 524 Nelson Avenue, Shaw AFB, SC
Zip Code: 29152
Country: UNITED STATES
 
Record
SN01149341-W 20060922/060920220456 (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.