Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2008 FBO #2426
SOLICITATION NOTICE

63 -- monitoring and security systems upgrade and installation, Open Market, End User GISA

Notice Date
7/16/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS--4TRC-SMTP, 404 W. Peachtree Street, Atlanta, GA 30308
 
ZIP Code
30308
 
Solicitation Number
4QBG21089037
 
Response Due
7/21/2008
 
Archive Date
1/17/2009
 
Point of Contact
Name: Mack Barnhart, Title: Account Manager, Phone: 4042242207, Fax: 4042242374
 
E-Mail Address
mack.barnhart@gsa.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 4QBG21089037 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-25. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-07-21 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28310 The GSA FTS Region 4 requires the following items, Brand Name or Equal, to the following: LI 001, Hubble / QuazitePG2424BG24Quazite ground enclosure, no bottom, 24 x 24, 1, EA; LI 002, Hubble / QuazitePG2424HG0012Quazite enclosure cover, for PG2424BG24, 1, EA; LI 003, Hubble / Quazite80027Bolt, tamper resistant, Pentahead, for PG2424BG24, 4, EA; LI 004, Hubble / Quazite82920Tool, socket, Pentahead, 2, EA; LI 005, labor onlyDig up existing enclosure and under existing conduits., 1, EA; LI 006, labor onlyLevel box in plane across adjacent side walks., 1, EA; LI 007, labor onlySet new ground box and backfill., 1, EA; LI 008, BoschVG4-322-ECS0WCamera, 300 Series PTZ 18X D/N NTSC, ENVIRO/WALL, 24 VAC, ANALOG CLEAR BUBBLE, 1, EA; LI 009, BoschVG4-A-PA0Mounting arm, AUTODOME MODULAR (G4) PENDANT ARM, 24 VAC (NO TRANSFORMER), WHITE, 1, EA; LI 010, AiphoneAX-DVAiphone Door Station, AX Series, Surface Mount, 2, EA; LI 011, AiphoneAX-248CCentral exchange unit, 24 doors, 8 masters, 1, EA; LI 012, AiphonePS2420ULPower Supply, 2, EA; LI 013, AiphoneAX-8MVIntercom master unit for Annex, 1, EA; LI 014, labor onlyRelocate existing, 4 master central exchange from main site to annex., 1, EA; LI 015, Bioscrypt-ADI 150-130-26 V ProxBiometric fingerprint reader and proximity reader combination unit, 2, EA; LI 016, The Housing CompanyPCH19614" x 14 x 4 Housing, Black - Injection Molded Polycarbonate UV103 - Hinged, Locking Lid, Gray, 2, EA; LI 017, The Housing CompanyPS042BSteel Gooseneck Pedestal Black Powder Coat, 42 High Mounting Flange and Base Bolt Cover, 2, EA; LI 018, GE / Sentrol ADI2505ADoor position switch, 1, EA; LI 019, SecuritronGL1Gatelock GL1 12/24VDC Fail Locked or Safe 2000lb, 1, EA; LI 020, Northern - ADI NS2Access control card reader interface panel, 1, EA; LI 021, Northern - ADI NSLAN1Network interface adapter, 1, EA; LI 022, Labor- Conduit to Gate, 1, EA; LI 023, 2C. Annex SCIF Front Gate Heavy Duty CloserInstallation of heavy duty header & closer, 1, EA; LI 024, 2D. Annex SCIF Fixed Camera in VestibuleBosch ADIVDC-455V03-10S Camera, color, vandal resistant, surface mount, 2.6-6mm varifocal lens, white, 1, EA; LI 025, 2E. Annex SCIF add Aiphone near existing reader.AiphoneAX-DVAiphone Door Station, AX Series, Surface Mount, 1, EA; LI 026, 2F. Annex SCIF Add BMS to Mechanical Room DoorGE/Sentrol2707ABalanced Magnetic Switch high security bias, 2, EA; LI 027, Optex - ADISX360ZMotion detector PIR, ceiling mount 360, 1, EA; LI 028, 2H. Annex SCIF Computer Room MonitoringUPS connection, 1, EA; LI 029, Connection to fire alarm system, alarm and trouble, will furnish and install the wire and connect at the security panel end., 1, EA; LI 030, Labor- Generator connection, 1, EA; LI 031, Labor - New conduit underground from building to generator, 1, EA; LI 032, DMPXR500EA-GSecurity control panel with network interface encryption, with attack proof enclosure, 1, EA; LI 033, DMP714-16Zone expansion module for 16 zones, 2, EA; LI 034, DMP397Cable for network interface, 1, EA; LI 035, DMP350BMounting bracket for expansion modules, 2, EA; LI 036, DMP366Battery 18 Amp Hour, 1, EA; LI 037, DMP318Battery harness, 1, EA; LI 038, Labor-Programming and startup for control panel, 1, EA; LI 039, DMP690-WKeypad, 1, EA; LI 040, WinlandWI-EA40012Environmental Alert, 4 zone, 4, EA; LI 041, WinlandWI-M0010006Waterbug sensor, supervised, 6, EA; LI 042, WinlandWI-M0010081Thermistor probe, 32 to 299 deg F, 6, EA; LI 043, Convert to Digital Video Management SystemLAT50-C-CAMOne (1) additional camera connection license for approved encoder, decoder or IP camera, 12, EA; LI 044, LAT50-C-UOne (1) additional user license for the Latitude client applications - for Data Center, 1, EA; LI 045, DVT7608EEncoder, Eight (8) Ports, Dual Stream MPEG-4, 4CIF, 12/2 Alarm I/O, RS232, RS422/485 Serial Ports, 12VDC, NTSC/PAL, 2, EA; LI 046, DVT-PWR-40W Power supply, 12VDC, 40W for a single 4 or 8 Port Encoder (7608E/EA and 7612E/EA), 2, EA; LI 047, Cable, Indoor/Outdoor CAT5e, 1000', 1, EA; LI 048, Cable, 18g 2c, plenum, 1000', 1, EA; LI 049, Cable, composite, card access, 1000', 1, EA; LI 050, Cable, cctv, siamese, 1000', 1, EA; LI 051, Monitoring System for Data Center MonitoringDMPXR500EA-GSecurity control panel with network interface encryption, with attack proof enclosure, 1, EA; LI 052, DMP714-16Zone expansion module for 16 zones, 2, EA; LI 053, DMP397Cable for network interface, 1, EA; LI 054, DMP350BMounting bracket for expansion modules, 1, EA; LI 055, DMP366Battery 18 Amp Hour, 1, EA; LI 056, DMP318Battery harness, 1, EA; LI 057, Labor-Programming and startup for control panel, 1, EA; LI 058, CAT5e patch cable, 1, EA; LI 059, DMP690-WKeypad, 1, EA; LI 060, WinlandEA-400Temperature monitor, 4, EA; LI 061, WinlandM-0001-0081Temperature probe for high temp alarm, 4, EA; LI 062, labor onlyConnection and installation for under floor water sensors - furnished by owner, 1, EA; LI 063, labor onlyConnection to generator alarm, 1, EA; LI 064, labor onlyConnection to UPS alarm, 1, EA; LI 065, Connection to fire alarm system, alarm and trouble, will furnish and install the wire and connect are the security panel end., 1, EA; LI 066, Connection to HVAC, 1, EA; LI 067, Intercom AdditionsIntercom gate station with video for new gate inside, 1, EA; LI 068, Intercom master unit for Data Center, 1, EA; LI 069, A complete warranty will be provided to cover all equipment and installation for one year., 1, EA; For this solicitation, GSA FTS Region 4 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 4 is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Failure to comply with the below instructions may result in quote being determined as non-responsive. Vendors / sales agents submitting quotes MUST BE registered in ITSS. If vendor registration assistance is needed contact 877.243.2889 Option 2. Contact ClientServices@FedBid.com or call 877-933-3234 to address any questions or comments Company must be registered on DOD's Central Contractor Registry (CCR). Web site is http://www.ccr.gov. Quote must include proof of CCR registration. This is a small business set-aside solicitation. New equipment ONLY, NO remanufactured products, and NO "gray market". ALL MUST BE COVERED BY THE MANUFACTURER'S WARRANTY. Proof will be requested that all items in the bill of materials are covered by the manufacturer's warranty! Bid MUST be good for 30 calendar days after submission This entire requirement will be awarded on the basis of lowest price technically acceptable to the Federal Government. Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. Quote is to include all fees for shipment. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. No partial shipments unless specifically authorized at time of award. All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. Quote must include verification that the product and/or services have been evaluated and validated by the NSA or in accordance with NSA-approved processes in accordance with Defense Confidentiality DCAS-1 (see also DODI 8500.2, February 6, 2003). The Awardee MUST strictly follow GSAs invoicing procedures which will be stated on the award document and includes MANDATORY COMPLIANCE with this essential instruction: Contractor must submit an acceptance document and attach a copy of the invoice to IT-Solutions Shop (IT-Solutions.gsa.gov). Failure to enter the invoice will result in a rejection. When submitting invoice, invoice must include ONLY the line items quoted. A separate line item for a Fedbid.com fee is unacceptable. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, via the ORCA website (http://orca.bpn.gov) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Delivery must be made by NLT 30 days ARO. Upon delivery, all shipping documents and equipment containers will include GSA-IT order number and/or Act number.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ee21997a94663ce57c39523fc137629d&tab=core&_cview=1)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310-5000
 
Record
SN01615104-W 20080718/080716220257-ee21997a94663ce57c39523fc137629d (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.