Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
MODIFICATION

67 -- CCTV Equipment

Notice Date
8/24/2007
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
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
80914-1385
 
Solicitation Number
FA2517-07-T-6072
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Point of Contact
Tess Foster, Contract Specialist, Phone 719-556-6127, Fax null,
 
E-Mail Address
tess.foster@peterson.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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) This solicitation, FA2517-07-T-6072, is being issued as a Request for Quotation (RFQ). (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 Service-Disabled Veteran Owned small business concerns. The NAICS code is 561621 and the small business size standard is $11.5 million dollars. (v) The following commercial items are being requested in this solicitation: CLIN 0001 CCTV equipment for Bldg 1525 (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 BLDG 1555, 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. Before the 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) 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside b) 52.222-3 Convict Labor; c) 52.222-19 Child Labor?Cooperation with Authorities and Remedies d) 52.222-21 Prohibition of Segregated Facilities; e) 52.222-26 Equal Opportunity; f) 52.222-25 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans g) 52.222-36 Affirmative Action for Workers with Disabilities; h) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans i) 52.225-3 Buy American Act- Free Trade Agreements- Israeli Trade Act j) 52.225-13 Restrictions on Certain Foreign Purchases; k) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration; (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. 252.225-7001Buy American Act and Balance of Payments Program 252.225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests; 5352.242-9000 Contractor access to Air Force installations. *** This will be awared on a NOT TO EXCEED basis. Vendors shall submit a price list for all equipment with quote.*** (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 Tuesday, 28 Aug 2007 @ 10:00 am. 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 YOUTH CENTER BLDG 1555 PURCHASE AND INSTALLATION OF CAMERA SYSTEM 1. The contractor will supply all personnel, equipment, and supervision required for the purchase and installation of all components of a camera system in the Peterson Afb Youth Center. The Youth Center requires the purchase, replacement and installation of the closed circuit camera system. Parts of the current system require updating to meet the needs of the program. 2. Equipment and Installation: a. The contractor is required to provide the following equipment: (i) 20? front lobby monitor (1ea) (ii) camera controller/joystick to include cabling and set up of programming (1ea) (iii) Digital Video Recorder (1ea) -24 channel with -500GB hard drive storage -internal DVD-RW burner installed **Mfr: Bosch DiBOs or an equal item (iv) Digital Video Recorder (2ea) -18 channel with - 500GB hard drive storage - internal DVD-RW burner installed **Mfr: Bosch DiBOs or an equal item (v) 17? flat panel monitor (3ea), keyboard (3ea) , and mouse (3ea). b. Where possible, the contractor/technician will repair current equipment to operate at its full capacity (i.e. technician will program current pan, tilt, zoom (PTZ) dome cameras in such a way that they will not return to the factory default after power outages). c. The contractor will be responsible for removing the old system for the purpose of installing the replacement system. d. Damage done to the facility by contractor during installation will be corrected by the contractor. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-AUG-2007); 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/AFSC/21CONSb365/FA2517-07-T-6072/listing.html)
 
Place of Performance
Address: 135 DOVER ST SUITE 1055 PETERSON AFB, CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01385190-F 20070826/070824230844 (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.