Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOLICITATION NOTICE

58 -- Fort McPherson, GA Fire Department requires Public Address (PA) and Emergency Alerting System for two fire stations (Fort McPherson and Fort Gillem) that are connected to dispatch center located at each installation.

Notice Date
2/29/2008
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SERSPASYS
 
Response Due
3/7/2008
 
Archive Date
5/6/2008
 
Point of Contact
rumi.shimooka, 404-464-3739
 
E-Mail Address
Email your questions to ACA, Fort McPherson GA
(rumi.shimooka@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. Solicitation W911SERSPASYS is issued as a request for quote, utilizing Simplified Acquisition Procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are t hose in effect through Federal Acquisition Circular 2005-24 and DCN 20080124. NAICS Code is 334290 with a small business size standard of 750 employees. The contractor shall provide labor, materials, equipment, transportation, tools, supervision and any o ther items necessary to provide and install Public Address (PA) and Emergency Alerting System for two fire stations at Fort McPherson and Fort Gillem, GA, in accordance with the attached Statement of Work and the Floor Plan. SOW as follows: Directorate of Public Safety, Fire Department at Fort McPherson, Georgia, requires Public Address (PA) and Emergency Alerting System for two fire stations (Fort McPherson and Fort Gillem) that are connected to dispatch center located at each installation. 1.The contrac tor shall provide and install a local-only and stand alone paging/intercom system for implementation at two fire stations, one located at Fort McPherson and one located at Fort Gillem. Installations will take no longer than 90 days. 2. All work shall be performed during normal duty hours, 0800  1600 Monday through Friday. Any work outside this time frame shall be agreed to by FES at least 72 hours prior to such work. 3. The contractor shall provide design services and documentation. 4. The contracto r shall provide the following labor and equipment, including the capability of single or multi zone paging and hands-free talk-back intercom: (a) Interior flush ceiling mounted speakers with built-in microphone for talkback installed in bunkrooms and commo n areas. (b) Horn-style speaker units installed in exterior locations and truck bays, as noted on provided layout sheet. No talk-back capabilities with these units. (c) Include the capability to remotely control all alerting equipment (Bay doors Open and Close, House Lights to include bunk rooms, halls, engine and truck bays, etc.) 5. The contractor shall provide a phone system to activate paging and receive talk-back communication. The phone system shall be standalone and will not connect to the Garriso n DOIM telephone or network. Any equipment that is not stand alone will have to be approved by the Garrison DOIM Group. FES retains the right to refuse any equipment that is not stand alone. (a) Work shall include providing AC electrical power where req uired to service paging equipment. Work shall include tie-in to proposed Monaco Tone Panel to allow tone announcements across page speaker system. (b) All speaker and strobes circuits shall be unsupervised. (c) All wiring shall use plenum cable - #16 AWG minimum. (d) All equipment will be installed and tested prior to acceptance. (e) All existing PA system components to include wiring, speakers shall not be abandoned in place and will be removed by the contractor. Existing receivers/PA Boxes and speakers shall be turned over to the Government. (f) All holes, wall and ceiling damages shall be sealed, prepped and painted to blend with existing paint schemes. 6. POCs for this requirement are Chief Michael Scott at Fire Department, Directorate of Public Safe ty. (End of SOW). Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1 Ins tructions to Offerors Commercial Items, FAR 52.212-2 Evaluation--Commercial Items [Evaluation Criteria: Award will be made to the lowest priced responsible offe ror who meets the qualification requirements in the Statement of Work], FAR 52.212-3 Offeror Representations and Certifications--Commercial Items. FAR 52.212-4 Contract Terms and Conditions--Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items apply to this acquisition; the following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-8, 52.2 19-14, 52.219-28, 52.333-3, 52.233-4, 52.219-6, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, and 52.232-33. DFARS 252.204-7004 Required Central Contractor Registration, 252.243-7001 Pricing of Contract Modifications and apply to this acquisition. 25 2.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 252.203-3 and the following clauses in paragraph (b): 252.225- 7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. This contract incorporates clauses that may be accessed threw the following websites: http://www.arnet.gov/far/ and http://farsite.hill.af.mil. Telephonic inquires will not be accepted; any direct questions relating to Scope of work will need to be emailed to the below point of contact. Quotes are due on March 6, 2008 at 11:00:00 A.M. (EST). Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Ms. Rumiko Shimooka, ru mi.shimooka@us.army.mil.
 
Place of Performance
Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
Country: US
 
Record
SN01520877-W 20080302/080229225221 (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.