Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2006 FBO #1829
MODIFICATION

63 -- AFC2ISRC Security Alarm

Notice Date
11/27/2006
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
20032-0305
 
Solicitation Number
FA7014-06-P-AXXX
 
Response Due
11/30/2006
 
Archive Date
12/15/2006
 
Point of Contact
Margaret Santos, Contracting Officer, Phone 757-764-0187, Fax 757-225-8266,
 
E-Mail Address
margaret.santos@langley.af.mil
 
Description
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: The Air Force has a requirement for a contractor to provide security monitoring. This requirement shall include, but not be limited to, UL DOD monitoring and ability to provide a complete UL 2050 Certificate. Monitoring encrypted signal 24 hours a day, 7 days a week. Ability to provide a maintenance contract 24 hours a day 7 days a week on a Honeywell access control system and a DMP intrusion alarm panel. "SCIF-Level security" is the installation of a 24-hour monitored Intrusion Detection System (IDS) and an Access Control System (ACS) that meets the specifications of Director of Central Intelligence Directive (DCID) Manual 6/9 - "Physical Security Standards for Sensitive Compartmented Information Facilities" (attached--see annex B). Some of the major requirements above and beyond typical commercial or "non-SCIF" security systems include: - Equipment that has passed Underwriter's Laboratory (UL) 2050 certification - Installation by trained/certified technicians - Encrypted external transmission lines - 24 hour battery backup - Tamper protection & detection on all control units & sensors - Acceptance testing by installers and periodic testing by Government officials. 2. Maintenance agreement covering all parts and labor Monday ? Friday 8am to 4pm on a 27 door Honeywell Prowatch Access Control System and Honeywell Prowatch Head End Software. monthly maintenance for 1 year Payment to be made by Government Purchase Card. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commerical Items; 52.212-3, Offeror Representations and Certification-Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Item.***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-34 F.O.B. Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program-Supplies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports are hereby incorporated by reference, 252.243-7001, Pricing of Contract Modifications.**All offerors shall submit the following: 1) Original quotation; 2) Description of commercial warranty; and 3) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000, Offeror Representations and Certification Commercial Item, which may be downloaded at www.arnet.gov/far. ***All quotes should be sent via email to margaret.santos@langley.af.mil. Mailed quotes are welcomed at: AFC2ISRC Acquisition Support Team, 300 Exploration Way, Hampton, VA 23666. Submission shall be received by 9:00 am EST on 27 November 2006. ****EXTENDED UNTIL 30 NOV 2006 at 9:00 AM EST**** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-NOV-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/AFDW/11CONS/FA7014-06-P-AXXX/listing.html)
 
Place of Performance
Address: 300 EXPLORATION WAY HAMPTON, VA
Zip Code: 23666
Country: UNITED STATES
 
Record
SN01187007-F 20061129/061127221404 (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.