Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

N -- Security System Installation

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
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
00000
 
Solicitation Number
FA2517-07-T-5010
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Point of Contact
Susan Davis, Contract Specialist, Phone 719-556-7585, Fax 719-556-4538
 
E-Mail Address
susan.davis@peterson.af.mil
 
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. Contingent upon the availability of funds. (ii) This solicitation, FA2517-07-T-5010, 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 (FAC) 2005-20. (iv) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 561621 and the size standard is $11.5 million. (vi) The following commercial item is requested in this solicitation: Please see statement of work below. (vii) Products/services will be delivered FOB destination to Peterson AFB, CO. (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Please provide quote expiration date and best delivery schedule. (ix) FAR 52.212-2(a) Evaluation--Commercial Items, applies to this acquisition. Evaluation will be based on price. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items, is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition.. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. a) FAR 52.222-26, Equal Opportunity b) FAR 52.222-36, Affirmative Action for Handicapped Workers c) FAR 52.222-3, Convict Labor d) FAR 52.222-19, Child Labor/Cooperation with Authorities and Remedies e) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. f) FAR 52.219-6, Notice of Total Small Business Set aside g) FAR 52.222-21, Prohibition of Segregated Facility h) FAR 52.225-13, Restriction on Certain Foreign Purchases i) FAR 52-222-41, Service Contract Act of 1965 (xiii) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.247-7023, Transportation of Supplies by Sea; and Ombudsman (AFFARS clause 5352.201-9101 as prescribed 5301.9103). (xiv) Quote Submission: include price information. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. (xv) A site visit will be scheduled for 26 Sep, 10:00 am MST. If you plan to attend the site visit, please contact Susan Davis, 719-556-7585 by 25 Sep, 5:00 pm MST. (xvi) All quotes must be sent to Susan Davis at: Fax 719-556-4538 or e-mail susan.davis@peterson.af.mil. Quotes are required to be received no later than 3:00pm MST, 27 Sep 07. STATEMENT OF WORK PAFB Bldg 2 Securitry System Modification SCOPE. The contractor shall provide all design, labor, equipment, tools, materials, supervision, freight and other items and services necessary to modify one existing camera location, modify three signaling device locations and install one new camera in Building 2, 250 Vandenberg St, PAFB CO 80914-3804. All terminations, testing and programming will be included. Contractor must be certified in Infographics Diamond Series security systems in order to perform programming functions. 1. SPECIFIC TASKS. a. The contractor will furnish and install one (1) additional Bosch LTC 9450 series camera at the east entrance per attached diagram. Camera will be cabled through conduit to existing monitor at east guard desk. b. The contractor will relocate existing VIP buzzer from inside the east lobby door jamb to outside the east lobby door jamb. Includes conduit and cable to re-route device. c. The contractor will relocate the duress signal device as indicated on attached diagram. d. The contractor will relocate the door release button as indicated on the attached diagram. e. The contractor will relocate existing camera from east lobby to the loading dock, Room B018. The contractor will install new cabling to the existing switcher through conduit. 2. WORK CONTROL. a. The contractor will coordinate installation with the facility manager and end-users to ensure disruption in the work areas is kept to a minimum. b. Hours of operation are 0700 through 1800 Monday through Friday. 3. SECURITY REQUIREMENTS. Contractor will provide a list of personnel including their social security numbers, places and dates of birth and citizenship to the building manager for unescorted access to non-controlled areas of the buildings. The government shall provide escort in controlled areas. Uncleared personnel shall sign in at the front desk and will wear contractor identification badge while working in the building. DELIVERY AND INSPECTION/ACCEPTANCE. Contractor will notify Government POCs upon completion of work for inspection and acceptance.
 
Place of Performance
Address: 135 Dover St, Peterson AFB CO
Zip Code: 80914-1400
Country: UNITED STATES
 
Record
SN01419099-W 20070926/070924224627 (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.