Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
MODIFICATION

63 -- Install access control and video surveillance on a 24" sliding gate.

Notice Date
9/26/2006
 
Notice Type
Modification
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406Q0511
 
Response Due
9/28/2006
 
Archive Date
10/14/2006
 
Point of Contact
Berniece Washington 703-432-4921
 
Description
Description 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. Solicitation M67854-06-Q-0511 is issued hereto as a request for quotation. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DCN 20060908. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil. The requirement is to install access control and video surveillance on a 24? sliding gate part of a chain link fence. CLIN 0001: Access Control/Gate Operator Provide and Install One Computer with the Access Control Application and One Card Reader with Power Supply and Battery Back-up. Install Four Nylon Rollers, One Gate Opener, One Pedestal Mounted In Card Reader, One Safety Loop Detector and One Free Egress Loop Detector. Provide and Install One Gate lock with Angle Bracket and Provide power supply to the lock. Provide operational training to personnel. One Year On-Site Warranty CLIN 0002: Pedestal Mounted Exit Reader Provide and Install One Pedestal Mounted Exit Reader with appropriate conduits, concrete pad and patching of the asphalt drive. CLIN 0003: CCTV Surveillance Provide and Install One Digital Video Recorder with 17? Flat Screen Video Monitor and one Eight Camera Power Supply. Provide and Install One (1) Day/Night High Resolution Color Camera in an environmental housing and connect it to the DVR. FOB-Destinaton for delivery and installation to: Bldg 2200 Lester Street, Quantico, Virginia 22134. Delivery NLT Eight (8) weeks after contract award. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and quality control. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability to include industry compliance with HSPD12 and FIPS201. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no cost to the Government. All quotes must include the following information: Company?s complete mailing address, discounts for prompt payment, if any (e.g. 1% 10 days), CAGE Code, Dun & Bradstreet number and Taxpayer ID number. The successful contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil. More information regarding WAWF will be provided upon contract award. All work shall be performed in accordance with the requirements specified herein and all applicable federal, state and local laws, regulation, permit, codes, directives and many applicable safety requirements (OHSA 1926.435 and ANSI I-14.I & 92.2). The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuties; FAR 52.203-6 Restriction on Subcontractor Sale to the Government, w/Alternate I; FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (1/97); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (6/97); FAR 52-204-7 Central Contractor Registration; FAR 52-204-9 Personal Identify Verification of Contractor Personnel; FAR 52.204-8, Annual Representations and Certifications; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offer Representation and Certifications-Commercial Items (MAR 2005), Alternate I (APR 2002); FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; FAR 52-219-14 Limitations on Subcontracting; FAR 52-222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claims; FAR 52.246-2, Inspection of Supplies ? Fixed-Price (8/96); DFARS 252.204-7004, Required Central Contractor Registration, Alt. A (11/03); DFARS 252.205-7000 and DFARS 252.243-7002. Full text of the referenced clauses and provisions may be accessed on-line at http://far site.hill.af.mil. Offerors must include a completed copy of the provisions at: DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Item (DEVIATION). The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition. The clause at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items applies to this acquisition. Complete one paragraph (j) of this provision if the annual representations and certificates have been completed electronically at htttp://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. Quotes must be emailed to Berniece.Washington@usmc.mil. No facsimile proposals will be accepted. Quotes are required to be received no later than 12:00 p.m., Daylight Saving Time on 28 September 2006. Point of Contact Berniece Washington, Contract Specialist, Phone 703-432-4921, email berniece.washington@usmc.mil Place of Performance Quantico, VA 22134
 
Record
SN01155065-W 20060928/060926221149 (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.