Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
MODIFICATION

R -- Integrated Security System

Notice Date
6/4/2007
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HC1047-07-R-0022
 
Response Due
6/7/2007
 
Archive Date
6/22/2007
 
Point of Contact
Larry Helton, Contract Specialist, Phone 703-681-0240, - Larry Helton, Contract Specialist, Phone 703-681-0240,
 
E-Mail Address
larry.helton@disa.mil, larry.helton@disa.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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 purpose of this synopsis/solicitation is to inform the vendor community of DISA?s proposed contract actions. DISA intends to award sole-source to Controlled Access Concepts pursuant to the authority FAR 6.302-1, 10 U.S.C 2304(c)(1). The solicitation/reference number is HC1047-07-R-0022 and is issued as a request for proposal (RFP). The associated North American Industrial Classification Systems (NAICS) code for this procurement is 561621. The small business size standard is $11.5M. Offeror must be registered on the Contractor Central Registration (CCR). This acquisition is firm-fixed-price for an Integrated Security System consisting of maintenance of Closed Circuit Television (CCTV) components, perimeter fence sensors, Intrusion Detection Systems, Encrypted Wireless LAN Components and access control devices to support the existing system for the Defense Information Systems Agency (DISA). Currently Controlled Access Concepts is the developer and sole service provider to the interface used to integrate the Hirsh Momemtum Access Control System for DISA in the National Capital Region (NCR), and the sole provider of the Hirsh Momentum/Loronix CCTV interface currently installed at the Defense Information Systems Agency?s (DISA) facilities within the NCR. This interface was developed by Controlled Access Concepts, based on a DISA requirement. This is an all-or-none requirement. Partial proposals will be deemed unresponsive and will not be evaluated. See attached requirements for Integrated Security System in the Justification and Approval, Statement of Work and Equipment List. Please Read Carefully. DISA requires the following supply/service, exact match only: CLIN 0001 Monthly Maintenance charges for all current equipment in attached equipment list, Quantity-12, Unit- Months, (Base Year). CLIN 0002 Upgrade CAC (Controlled Access Concepts) Security System with Velocity Software, Quantity-1, Unit- Each, (Base Year). CLIN 0003 Installation of new equipment (Velocity Software), Quantity-1, Unit-Each, (Base Year). CLIN 0004 Option Year 1 for monthly maintenance charges for all current equipment including velocity software, Quantity-12, Unit- Months. CLIN 0005 Option Year 2 for monthly maintenance charges for all current equipment including velocity software, Quantity-12, Unit- Months. CLIN 0006 Option Year 3 for monthly maintenance charges for all current equipment including velocity software, Quantity-12, Unit- Months. CLIN 0007 Option Year 4 for monthly maintenance charges for all current equipment including velocity software, Quantity-12, Unit- Months. Invoicing for CLIN 0001 and CLINs 0004-0007 will be on a monthly basis. If the Justification and Approval, Statement of Work, or Equipment List is unclear, offeror shall electronically contact Larry Helton at larry.helton@disa.mil so the RFP posting can be amended. Any and all questions will be posted and answered on this website. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DFARS Change Notice 20070426. Provisions and clauses (incorporated by reference) applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, 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-Commercial Items (Deviation), FAR 52.217-5, 52.217-8, 52.217-9, FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, 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, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact, 52.209-9000, 52.217-9100 and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Shipments are to be F.O.B. Destination. Items will be mailed to Defense Information Systems Agency, ATTN: Michael Ayd and/or James(Charlie) Fletcher. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Responses shall be submitted electronically to larry.helton@disa.mil no later than 12:00 Noon (Eastern Standard Time) 7 June 2007. Proposals must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFP will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement.
 
Place of Performance
Address: Defense Information Systems Agency, National Capital Region-MPS6, Arlington,Virginia
Zip Code: 22204
Country: UNITED STATES
 
Record
SN01309367-W 20070606/070604220032 (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.