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
MODIFICATION

R -- Alarm Maintenance at Peterson AFB

Notice Date
2/29/2008
 
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
FA2517-08-T-5007
 
Response Due
2/29/2008
 
Archive Date
3/15/2008
 
Point of Contact
Susan Davis, Contract Specialist, Phone 719-556-7585, Fax 719-556-4538
 
E-Mail Address
susan.davis@peterson.af.mil
 
Description
The purpose for amendment 3 to the combined synopsis/solicitation is to respond to questions received. Equipment estimates will be added to Appendix A in the statement of work. 1. Estimated quantity of duress switches- 168 2. Estimated quantity of interior fixed cameras- 30 3. Estimated quantity of exterior fixed cameras- 10 4. Estimated quantity of interior Pan/Tilt/Zoom (PTZ) cameras- 20 5. Estimated quantity of exterior PTZ cameras- 20 6. Estimated quantity of video monitors- 1 50 inch Sony LCD, 28 B&W 9in monitors 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, FA2517-08-T-5007, 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) 2005-23. (iv) This procurement is full and open competition. The NAICS code is 561621 and the size standard is $11 million. (vi) The following commercial item is requested in this solicitation: Services (Non-Personal) contract for the contractor to provide all management, tools, supplies, equipment and labor necessary to inspect, maintain, and repair various types of Electronic Security Systems (ESS) at Peterson Air Force Base, Colorado. The Contractor shall comply with commercial standards and in accordance with all applicable federal, state, and local regulations for maintaining these systems to ensure continuous, safe, and reliable operation. The Contractor shall be GE security certified and knowledgeable of Diamond 1 series alarm system. Period of Performance is 1 April 08 to 30 September 2008. This will be a 6-month base period and five 6-month option periods. Please contact Ms. Susan Davis by email to obtain a copy of the statement of work at susan.davis@peterson.af.mil. (vii) Services will be conducted at 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. (ix) FAR 52.212-2(a) Evaluation?Commercial Items, applies to this acquisition. Quote will be based on price and past performance; past performance will have higher importance. (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 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era c) FAR 52.222-36, Affirmative Action for Handicapped Workers d) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. e) FAR 52.224-1, Privacy Act Notification f) FAR 52.224-2, Privacy Act g) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. h) FAR 52.222-3, Convict Labor i) FAR 52.222-21, Prohibition of Segregated Facility j) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment k) FAR 52.203-3, Gratuities l) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns m) FAR 52.219-8, Utilization of Small Business Concerns n) FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees o) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires p) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government q) FAR 52.222-50, Combating Trafficking in Persons r) FAR 52.225-1, Buy American Act?Supplies s) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (xiii) The clause at DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; Ombudsman (AFFARS clause 5352.201-9101 as prescribed 5301.9103); DFAR 252.243-7002, Request for Equitable Adjustment; FAR 52.228-5, Proof of Insurance; and FAR 52.222-41, Service Contract Act of 1965. (xiv) According to FAR 52.237-1, a site visit is scheduled on Peterson AFB CO for 22 February 2008, 8:00 am to 4:00 pm. If you plan to attend the site visit, please contact Susan Davis, 719-556-7585 by 20 February 2008, 1:00 pm MST. Attendance at site visit is mandatory. As builts will be available for review by appointment at the contracting office only. Contact Ms. Susan Davis, 719-556-7585 to set up an appointment. (xv) Quote Submission: include price information and past performance. Submit less than a 2-page statement explaining the past performance. Past performance must address preventative maintenance experience, response to catastrophic calls, and experience with SYS-90 panels. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. Proof of GE Diamond 1 series certification must be included to be considered. Quote must include base period plus five option periods. The quote should be broken down as described below: Basic Period Preventative Maintenance: total amount Service Calls: total amount Cost Material Handling Fee Percentage for Equipment Cost Reimbursable Line Option Period 1 Preventative Maintenance: total amount Service Calls: total amount Cost Material Handling Fee Percentage for Equipment Cost Reimbursable Line (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 10:00 am MST, 29 February 2008. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-FEB-2008); 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/FA2517-08-T-5007/listing.html)
 
Place of Performance
Address: Peterson AFB CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01521440-F 20080302/080229233649 (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.