Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

75 -- Peterson AFB Camera Equipment

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2517-07-T-6067
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total Small Business
 
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; Quotes are being requested and a written solicitation will not be issued. (ii) Funds for this solicitation, FA2517-07-T-6067, have not been obligated. This solicitation is being issued as a Request for Quotation (RFQ) in anticipation of EOY funds. (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. (iv) This acquisition is being set aside for small business concerns. The NAICS code is 423410 and the small business size standard is 100 employees. (v) The following commercial items are being requested in this solicitation: CLIN 0001 Camera system and installation (vi) Please see Statement of Work for requirements. (vii) Delivery and installation shall begin no later than 30 days after Date of Award. Items acquired will be installed at 135 W PAINE ST BLDG 1350 PETERSON AFB CO 80914 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government Reserves the right to award on multiple award or an all or none basis. All vendors must be registered in Wide Area Workflow at the time of quote submittal. Prior to quote due date, all firms must be registered in the Central Contractor Registration Database @ www.ccr.gov in order to be considered for award. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Quotes will be evaluated on the basis of price. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, is applicable to this acquisition. All vendors must be registered in ORCA (https://orca.bpn.gov/) at the time of Quote submittal. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. a) 52.203-6 Restrictions on Subcontractor Sales to the Government b) 52.219-6 Notice of Total Small Business Setaside c) 52.219-8 Utilization of Small Business Concerns d) 52.219-14 Limitations on Subcontracting e) 52.222-3 Convict Labor; f) 52.222-19 Child Labor- Cooperation with Authorities and Remedies g) 52.222-21 Prohibition of Segregated Facilities; h) 52.222-26 Equal Opportunity; i) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; j) 52.222-36 Affirmative Action for Workers with Disabilities; k) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; l) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees m) 52.225-3 Buy American Act- Free Trade Agreements- Israeli Trade Act n) 52.225-13 Restrictions on Certain Foreign Purchases; o) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration; p) 52.203-3 Gratuities (xiii) The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.225-7012 Preference for Certain Domestic Commodities. 252.232-7003 Electronic Submission of Payment Requests; 252.243-702 Request for Equitable Adjustment 5352.223-9001; 5352.242-9000 Contractor access to Air Force installations. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xv) Numbered Notes are not applicable (xvi) A site visit will be held Monday, 27 Aug 2007 @ 1:00 pm. Please RSVP A1C Tess Foster NLT COB Friday, 24 Aug 2007. Quotes are required to be received no later than 12:00 p.m. Friday, 31 Aug 2007 by 21 CONS. (xvii) All Quotes must be sent to A1C Tess M Foster. Email tess.foster@peterson.af.mil. STATEMENT OF WORK FOR PETERSON AFB MAIN CHILD DEVELOPMENT CENTER BLDG 1350 PURCHASE AND INSTALLATION OF CAMERA SYSTEM 1. The Main Child Development Center requires the purchase and installation of the camera system to replace the current system. The current system does not meet the needs of the program in that it is outdated and not user?s friendly. 2. Equipment and Installation: a. The contractor is required to provide and install the following: 21 Ingersoll Rand indoor dome hi resolution color 2.8-6mm part # LTC1461/21, 21 Ingersoll Rand Mini Dome PTZ Ceiling Mount part # G3ACS6T, 1 Ingersoll Rand Outdoor Mini Dome wall mount say/night 2-8mm. Part #LTC1261/22DN, 8 Ingersoll Rand Outdoor PTZ Mini Dome Part # ENVC2460W , 11 Ingersoll Rand -21? Monitors Part # LEKSON 21, 3 Ingersoll Rand Dvr-10 Days Storage Part # DB18C3050R2, and 1 Ingersoll Rand Matrix Switch Part # LTC 8600 b. Items may be Ingersoll Rand or an equal item. c. The contractor should meet with management prior to the work being accomplished. d. Where possible, and if in good condition, the contractor will re-use the existing cable for all new camera system. New cable will be used in situations where the existing cable is damaged or otherwise not usable. e. The contractor will be responsible for removing the old system for the purpose of installing the replacement system. f. Damage done to the facility will be corrected by the contractor. Point of Contact A1C Tess M Foster, Contract Specialist, Phone: 719-556-6127, Fax: 719-556-4538, Email: tess.foster@peterson.af.mil. Place of Performance Address: Peterson AFB, Colorado Springs, CO Postal Code: 80914 Country: UNITED STATES
 
Place of Performance
Address: 135 Dover Street, Suite 1055, Peterson AFB, CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01379655-W 20070823/070822070215 (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.