Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

63 -- Base Wide Alarm System Upgrade

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1M3F17064A100ALARMSYSTEM
 
Response Due
4/10/2007
 
Archive Date
4/25/2007
 
Description
(i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3F17064A100 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. Effective 12 Feb 2007 & Class Deviation 2005-o0001 (iv) This acquisition is solicited unrestricted. The associated NAICS code is 561621 with a $11.5 Million size standard. "FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. ALL PROPOSED PRICES MUST BE VALID THROUGH 30 SEPTEMBER 2007." (v) The contractor shall provide all labor, engineering design, parts, material, equipment, programming and transportation to perform troubleshooting, repair, replacement, testing and turnover necessary to upgrade the existing intrusion detection system (IDS) and all related equipment to an air force approved system that will function 7 days-a-week, 24 hours-a-day, 365 days-a-year. (vi) Contractors shall submit a lump sum quote for Security Alarm Upgrade. The system currently in use is manufactured by American Digital Telegraph (ADT) CASI/RUSCO Intrusion Detection System.(IDS) This system combines access/entry control, intrusion detection and monitoring/reporting for Charleston AFB and supported units. Currently, the system provides annunciation for multiple facilities, alarmed areas and card readers/access control units. The upgraded system must have the capability to assess alarms and initiate appropriate responses in a manner that will aid in preventing damage, destruction, or unauthorized access to the resource. The IDS must operate under all climate and environmental conditions to include lightning protection. Additionally, this system must be capable of integrating with the existing Immediate Visual Assessment system (CCTV), emerging Perimeter and Restricted Area Intrusion Detection equipment, and Cantonment area surveillance technology. It must also be configured with capability for integration of multiple access levels, badge systems, card readers utilizing Common Access Cards or locally developed proximity cards. This system must also have the capability to incorporate other open-sourced technologies for intrusion detection/surveillance. All responsible sources may submit a quotation, which shall be considered. Available upon request: (1) Statement of Work (SOW), (2) Parts List, (3) The Air Force Installation Security Program Chapter 12, (Attachment 1); (4) Manual for Physical Security Standards for Sensitive Compartmental Information Facilities, Annex B (Attachment 2). All responsible offerors are highly encouraged to attend the site visit on 9 April 2007. If you plan to attend and do not have access to the base, please contact SSgt Gilbert Mincey at (843) 963-5168 or email me at gilbert.mincey@charleston.af.mil to coordinate to gain access to the base. Contractor shall submit an estimated delivery/installation plan using number of days. The government may request specifications on samples for any ?or equal? offers. All items are Brand name or equal. See FAR 52.211-6. (vii) F1M3F17064A100 Upgrade of current base wide alarm system. The award will be made on a purchase order (PO), Delivery will be FOB destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil ) Far 52.212-1, Instructions to Offerors-Commercial (xi) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement (2) Past Performance, and (3) Price. The Government will evaluate offerors for award purposes for the total price for the requirement. TECHNICAL CAPABILITY IS SIGNIFICANTLY MORE IMPORTANT THAN PRICE. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide a minimum of 3 references of your most recent projects. (Recent - within a three year time frame.) (x) Contractors shall submit the following to be considered a complete package: ? A completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. ? Contractor shall also submit Past Performance Worksheet with no less than three references regarding similar systems. (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. ? FAR 52.211-6, Brand Name or Equal ? FAR 52.211-17 Delivery of Excess Quantities ? FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) ? FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) ? FAR 52.228-5 Insurance?Work on a Government Installation, 52.236-2, Differing Site Conditions and 52.236-6 Superintendence by the Contractor ? DFARS 252.204-7003 Control of Government Personnel Work Product ? DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). ? DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ? DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate ? DFARS 252-225.7001, BAA - Balance of Payments Program ? DFARS 252.225-7002, Qualifying Country Sources as Subcontractors ? DFARS 252.225-7012, Preference for Certain Domestic Commodities ? DFARS 252.232-7003, Electronic Submission of Payment Requests ? DFARS 252.246-7000, Material Inspection And Receiving Report ? AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. ? AFFARS 5352.223-9001, Health and Safety on Government Installations (when performance on CAFB is required) ? AFFARS 5352.242-9000, Contractor Access to Air Force Installations (when performance on CAFB is required) (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 10 April 2007 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3F17064A100 (xv) Address questions to Gilbert Mincey,Contract Specialist, at (843) 963-5168, fax (843) 963-5183, email Gilbert.Mincey@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5169, email Jacqueline.Brown @charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: 437 CONS/LGCA, 101 E. Hill Blvd, Charleston AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01263106-W 20070401/070330220901 (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.