Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

67 -- Peloc camera install

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F3F3SF6258A100PelcoSafreed
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3SF6258A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and through Department of Defense Acquisition Regulation Change Notice 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/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423410; Small Business Size Standard: 5043 (v) CLIN (0001)Brand Name: Qnty 5ea Pelco Dome Spectra III C to BW Part # SD53CBW-HPE1 Qnty 5ea Pelco Outdoor Housing Part # DD53CBW, Qnty 1ea Pelco Power supply Part # WCS1-4, Qnty 5ea Pelco Pendant Mount Part # IWM-WT, Qnty 1ea. Pelco DVR with 750 MGB Storage DVDRW 16 channel part # DX8000, Qnty 1ea Lot wires and connectors (200 feet), Qnty 1ea Rack Mount 17 inches Monitor, Qnty 1ea standard size single security cabinet w/ upper tier and work surface, equivalent to Middle Atlantic Rack (Part #WS1-S18-GBF Work surface, Part # SCTK -Toe Kick, Lower cabinet Part #SC-1427-1217BK; Qnty 5ea Installation. Shipping must be FOB destination. (vi) It is required that the above Pelco cameras and associated components to be installed at the Grand View Gate, exact address will be furnished upon reporting to 366 SFS. (vii) FOB-Destination for delivery to: 366 SFS at 265 Phantom Ave, Building 800, Mountain Home Air Force Base, Idaho, 83648. Delivery NLT 60 days after award. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) (ix) 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. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum are included. (x) FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; 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 52.222-26 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 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.?Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Numbered Notes #1 (xvi) Quotes must be emailed to Melissa Safreed at Melissa.Safreed@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 3:30 MST, September 28, 2006 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION BRAND NAME JUSTIFICATION 1. CONTRACTING DIVISION: 366 CONS/LGCB. 26 September, 2006. 2. NATURE OF ACTION BEING APPROVED: Brand Name Justification and Approval for a Purchase Order Below the Simplified Acquisition Threshold. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Equipment and installation of a Pelco Pan/Tilt/Zoom camera at the Grand View Gate. Equipment to be purchased is; 1ea. Pelco Dome Spectra III C to BW (part # SD53CBW-HPE1), 1ea. Pelco Outdoor Housing (part # DD53CBW), 1ea. Pelco Power Supply (part # WCS1-4), 1ea. Pelco Pendant Mount (part #IWM-WT), and 2ea. IFS Single Mode Fiber Modems W/ Data (part # VT/R 1530 WDM). 4. AUTHORITY: FAR 11.105 Brand Name and FAR 13.106(b), Pelco is the established Security Camera Control System on Mountain Home Air Force Base (MHAFB. Contract # F10603-03-A071A is a maintenance contract with Integrated Security Systems (ISS), for the existing 7 cameras currently supporting the security system on MHAFB. The subject acquisition will integrate into the existing multiplexer, keyboard, and DVR warranted and maintained under the aforementioned contract until 2007. There is no other high resolution camera that would be 100% compatible to the existing system and uphold the manufactures warranty. If any foreign product, other than Pelco integrates into the existing system, Pelco?s manufacturers warranty will void all of the existing parts under the current contract. That action would void $174,902.37 of the Governments dollars and would not be cost effective. 5. APPLICATION OF AUTHORITY: The Security Forces currently has security cameras installed in strategic locations throughout the installation, which are all controlled by a multiplexer located at the Security Forces Control Center in Building 1013. These cameras are a critical part of the installation?s Integrated Base Defense Operations and are vital to the security of the installation?s resources and personnel. If these cameras become inoperative it would create a major security deficiency and would degrade the installation?s overall security. An incompatible camera system would greatly affect the frequency of the hardware and software anomalies to this multiplexer, intern degrading the security of this installation. 6. EFFORTS TO OBTAIN FAIR COMPETITION: Technical experts in the Communications Squadron, and reliable security companies and have verified that a different camera would conflict and not have 100% integrate with the current Pelco cameras or controllers. 7. FAIR AND REASONABLE COST: Price fair and reasonable will be based on market research and competitive quotes IAW FAR Part 13.106-3. 8. MARKET SURVEY: All practicable measures were taken to research the availability of additional vendors and manufacturers that can satisfy this requirement. The government will continue to search for vendors that manufacture and install the necessary line retiming module. 9. OTHER FACTS: Currently, Security Forces Squadron and Fighter Wing are working together to purse a requirements contract to cover all maintenance of our security systems base wide. This Pelco camera system will fall under the new warranty/maintenance of this upcoming contract. The Communications Squadron has reduced its manning, therefore the communication technicians will no longer be available to provide maintenance of MHAFB?s security systems, to include these existing and new cameras. Therefore this warranty is even more prudent than ever to uphold, as there would be no military member with the expertise to repair the equipment. 10 . STEPS TO FOSTER COMPETITION: We will continue to search for competitive companies that provide equipment compatible with our telephone switch. 11. TECHNICAL REQUIREMENTS/PERSONNEL CERTIFICATION: I certify the information contained in this justification is accurate and complete. ____________________________________ Shawn P. Roddin, GS-09, USAF Resource Protection Manager 12. CONTRACTING OFFICERS CERTIFICATION: The contracting officer?s signature below represents a certification the justification is accurate and complete to the best of the contracting officer?s knowledge and belief. _____________________________________ Becky Briggs Contracting Officer Signatures can be furnished upon request.
 
Place of Performance
Address: Mountain Home AFB, ID
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01155823-W 20060929/060927220505 (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.