Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

N -- Wireless Camera System Upgrade to Fiber Optics

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G2DB817AC02
 
Archive Date
10/1/2008
 
Point of Contact
William F. Barrett, Phone: 7026529577
 
E-Mail Address
william.barrett@nellis.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 FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement F3G2DB817AC02 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS for this solicitation is 561621. The size standard for a small business under this NAICS code is $11.5 M. This is a commercial request for Camera system upgrade from wireless to fiber optics. Statement of Work is as follows: Contractor will replace the current wireless CCTV transmission equipment with fiber optics CCTV transmission equipment at the munitions storage area of Creech AFB. Contractor will remove the 3 wireless transmission units located at the camera poles at the NE, NW, and SE corners of the munitions area fence line. Install new 6 strand fiber optic cable from the Administration building to the camera listed above. Provide all required conduit, fiber inner duct, connectors, cable ties and supplies for installation of the new fiber cable and transmission equipment. Contractor will also provide certification of the new fibers and provide programming and testing of the CCTV camera system. Contractor will also provide a 12 month maintenance contract on the entire system. ***************** *** There will be a site visit on Wednesday, 3 September 2008 at 1030 PST (10:30 A.M. PST). This will take place at Creech AFB, Nevada, 89143. The meeting point will be at the main gate to Creech AFB, on 95 N. The end user will be meeting at the main gate and will be on hand for the site visit. It is MANDATORY to attend this site visit to be eligible for award. You should notify me of intent to attend the site visit no later than 2 September at 1300 PST (1:00 P.M. PST). Please respond by e-mail to william.barrett@nellis.af.mil. If you have any questions or concerns please contact me. Thank you. ****************** Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.202-1 Definitions, FAR 52.203-3 Gratuities, FAR 52.204-4 Double Sided Paper, FAR 52.204-7, CCR; FAR52.209-5, FAR 52.209-6 Debarred sub-KTRs, FAR 52.212-1 Instructions to Offerors, FAR 52.212-4 Terms & Conditions - Commercial, FAR 52.219-4 Limits on Subcontracting, FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opp Disabled Vets; FAR 52.222-36 Affirmative Action-Disabilities; FAR 52.222-37 Employment Rpts- Disabled Vets; FAR 52.222-39 Notification of Emp Rights re: Union Dues; FAR 52.223-3, HAZMAT & MSDS; FAR 52.223-4, Recovered Materials Certification; FAR 52.223-9 Est % Rec Mat (w/ 52.223-4); FAR 52-225.13, Restriction on Foreign Purchase; FAR 52.227-2 Patent and Copyright Infringement; FAR 52.229-3 Federal, State, and Local Taxes; FAR 52.232-17 Interest; FAR 52.242-13 Bankruptcy; FAR 52.249-8 Default Fixed PR Svc/Supply FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-2 Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law - Breach Contract Claim; FAR 52.246-2, Inspection of Supplies -Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFAR 252.211-7003, Item ID & Valuation; DFAR 252.212-7001 DEV, Terms & Conditions; DFAR 252.212-7000 Offeror Reps and Certs - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7003, Electronic Submission Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Modifications; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes william.barrett@nellis.af.mil or you may fax them to the attention of 2LT William F. Barrett at 702-652-9570. Please contact 2LT William F. Barrett with any questions/concerns at 702-652-7022. Quotes are due on or before 1:00pm, Wednesday, 10 September 2008, Pacific Daylight Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d04d381f6c6c90c41e5d96e7d389bad1&tab=core&_cview=1)
 
Record
SN01652418-W 20080829/080827220656-d04d381f6c6c90c41e5d96e7d389bad1 (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.