Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2008 FBO #2403
SOLICITATION NOTICE

63 -- Camera System

Notice Date
6/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd, Suite C, Pope AFB, North Carolina, 28308-2896, United States
 
ZIP Code
28308-2896
 
Solicitation Number
F3M3CE8081A001
 
Archive Date
7/26/2008
 
Point of Contact
Jenifer Garland,, Phone: 910-394-6255, Jeremy Fraser,, Phone: 910-394-6252
 
E-Mail Address
jenifer.hullak@pope.af.mil, Jeremy.fraser1@pope.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
•(i) 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; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3M3CE8081A001 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-14. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 443130, and the small business size standard is $6.5 Million. (v) This requirement consists of 33 line items. The following line items are divided per building for installtion: For installation into Building 296. 0001 - Head - end equipment to include 1 each DVR4C2161, 9 channel DVR. 0002 - 320 GB web browser, 1 each. 0003 - Archive via USB Device, 1 each. 0004 - LTC 2915/91, 15 inch color monitor, 700 TVL, 1 each. 0005 - LTC5404/60 Power supply, 1 each. 0006 - Head end Surge Protection, 1 each. 0008 - Interior cameras to include 2 each (laundry room, recreation room), vandal resistant, night sense for low light, high resolution, 2.6 - 6 mm lens. 0009 - VDA455CMT corner mount, 2 each. 0010 - 500 feet Siamese cable and all necessary connectors. 0011 - Standard training. For installation into building 298. 0012 - Head -End equipment in include DVR6F2162, 9 channels DVR, 1 each. 0013 - 320 GB Web Browser, 1 each. 0014 - Internal DVD, 1 each. 0015 - LTC2915/91, 15 inch color monitor, 700 TVL, 1 each. 0016 - LTC5408/60 Power Supply, 1 each. 0017 - Head - end surge Protection, 1 each. 0018 - Interior Cameras to include 1 each VDC455VO - 20 color dome cameras (alpha 100), vandal resistant, night sense for low light, high resolution, 2.6 - 6 mm lens. 0019 - VDA455CMT Corner Mount, 1 each. 0020 - Exterior cameras to include 4 each VDC455V03-20 color dome cameras (elevator entrances - all floors). 0021 - VDA455WMT wall mounts, 4 each. 0022 - 1500 feet Siamese cable to include any necessary connectors and conduits for installation. 0023 - Standard training. For Installation into building 288. 0024 - Head - End equipment to include DVR4C2161, 9 Channel DVR, 1 each. 0025 - 320GB web browser, 1 each. 0026 - Archive Via USB device, 1 each. 0027 - LTC 2915/91, 15 inch color monitor, 700TVL, 1 each. 0028 - LTC5404/60 Power supply, 1 each. 0029 - Head - End surge protection, 1 each. 0030 - Interior cameras to include 2 each VDC455V03-20 color dome cameras (laundry room, recreation room), vandal resistant, night sense for low light, high resolution, and 2.6 - 6mm lens. 0031 - VDA455CMT corner mount, 2 each. 0032 - 500 feet Siamese cable to include all necessary connectors and conduits. 0033 - Standard training. (vi) Description: This requirement is for the dorm management office on Pope AFB, NC. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (viii) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price technically acceptable. The contractor certifies that it can meet the delivery date by submitting a quotation. (ix) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (5), (14), (15), (18-20), (24) and (31). (xii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.225-7001, DFARS 252.247-7023 (Alternate III), and DFARS 252.225-7036. Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 (Alt A); 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 52.252-2, Clauses Incorporated by Reference ; 252.232-7003, Electronic Submission of Payment Requests ; 252.246-7000 Material Inspection and Receiving Report ; 5352.201-9101 Ombudsman and the provision at 52.211-6 -- Brand Name or Equal are applicable to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiii) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xiv) Commerce Business Daily numbered note 1 applies to this acquisition. (xv) The solicitation due date is 11 July 08, at 4:00 PM EST. (xvi) The assigned contract specialist is SrA Jenifer Garland, and can be reached at 910-394-6255 or jenifer.hullak@pope.af.mil. You may fax your quotes to 910-394-5687. Direct any questions or to attend the site visit on 30 June at 0900 contact SrA Jenifer Garland at the number above or contact Linda Walker at 910-394-6244. If you wish to attend the site visit please contract SrA Jenifer Garland by 26 June by 4:00 PM EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=21296b57d82d1fe378007b19ff5ef707&tab=core&_cview=1)
 
Place of Performance
Address: 1443 Reilly Street, Suite C, Pope AFB, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN01599296-W 20080625/080623220418-21296b57d82d1fe378007b19ff5ef707 (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.