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

99 -- Security Camera System Upgrade

Notice Date
8/27/2008
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave, Bldg 302, Altus AFB, Oklahoma, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
F1B3M38199A001
 
Archive Date
9/23/2008
 
Point of Contact
Todd R Witzlsteiner, Phone: 580-481-7263, Carol a Loague,, Phone: 580-481-7261
 
E-Mail Address
todd.witzlsteiner@altus.af.mil, carol.loague@altus.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 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A quote is being requested and a written solicitation will not be issued. Solicitation number F1B3M38199A001 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This acquisition is classified under North American Industry Classification System code 334220. A Firm-Fixed-Price purchase order will be issued in writing. Altus AFB, Oklahoma has a requirement for: Upgrading the Surveillance System at Building 130 at Altus AFB, OK. Award will be based on price and past performance. Please send any questions or requests to 97 CONS/LGCA, ATTN: Todd Witzlsteiner, 308 N. 1st Street, Suite 2301, Altus AFB, OK 73523-5003. You may also call P.O.C. at (580) 481-7263, send a fax to (580) 481-5138, or e-mail at todd.witzlsteiner@altus.af.mil. Please CC Carol Loague at carol.loague@altus.af.mil in all emails. EVALUATION FACTORS This is a competitive Best Value, and Total Small Business Set-Aside IAW FAR 19.502-2, Total small business set-asides. Each offeror shall complete paragraph (j) of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Mar 2005) if applicable. Please register Representations and Certifications on ORCA, http://orca.bpn.gov/. simplified procedures authorized by FAR 13.5 “Test program for Certain Commercial Acquisitions”. For quotations determined technically acceptable, a best value selection based on price and past performance will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Substitutions will not be accepted. Award will be based on both price and past performance. Each offeror’s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). Relevant past performance must have occurred within the past 5 years. To be considered for award, an offeror must have a satisfactory or better past performance record based upon information available to the contracting officer (Contractor Performance Assessment Report) and offer a reasonable price. The offeror may be asked to submit at least two references that can provide relevant past performance information if the contracting officer cannot locate CPAR information. Award may be made to other than the low offeror when, after evaluating past performance, it is determined by the Contracting Officer to be in the Government’s best interest. SITE VISIT IAW FAR 52.237-1, Site Visit (April 1984), a Site Visit shall be conducted on 3 September 2008 at 10:00am CST. All perspective contractors who wish to attend the Site Visit MUST notify the contracting office NLT 3:00pm CST on 2 September 2008. Confirm your attendance to the site visit by contacting Todd Witzlsteiner via e-mail at todd.witzlsteiner@altus.af.mil. To gain access to the Installation, arrive at the South Gate no later than 9:45am CST on 3 September 2008, you will be provided an escort. Statement of Work Surveillance System at Building 130, Security Forces Squadron 1.0DESCRIPTION OF SERVICE. Contractor will provide all necessary supervision, labor, travel, materials, tools, equipment, accessories and other items necessary to safely install the surveillance system. The contractor will provide all of the necessary tools to be able to complete the installation. This includes any lifts, hoists, power tools, safety gear or other equipment/tools necessary to complete installation. 1.1Attached diagram shows locations of current cameras to be replaced and additional cameras to be installed to ensure 360 degree coverage of Building 130. 1.2All new wiring will be hidden above the ceiling and in the walls,when possible or encase in a cover if that’s is the most cost effective solution. All electrical wiring shall be installed by a licensed electrician. 1.3 All wiring will meet national fire protection codes. 1.4Installation will include new wiring for cameras, cabling and control connections that are added to the system, which is necessary for a complete usage of existing system. 1.5Following is the list of required electronic audio/video equipment and supporting cables and hardware necessary to complete the project. Cameras must be brand name: PELCO or BOSCH (Air Force Approved). The contractor shall provide manufacturer’s data and specifications to the Contracting Officer on all equipment and/or devices that vary from the listing below. Model #Description of ItemQTY Must be PELCO or BOSCHOutdoor Vandel Proof security camera Intensifier6 Must be PELCO or BOSCHNuvico Day/Night Color Cameras4 Must be PELCO and BOSCHIndoor Color Camera with Audio Fixed 2.88MM Lens2 EP190Quad for Weapons Room1 TLM-150319” LCD Monitor For Weapons Room1 PEEFLMFlat Panel Monitor Mount1 Service3 Year on-site service w/4 hour response1 1.6 The contractor will train the administrative staff on how to operate the surveillance system, properly maintain it, and all safety requirements. Standard instruction manuals will be provided for on site use. Anticipate training to be a few hours 1.7BASIC SERVICES. The contractor will install the product in accordance with the manufacturer’s specifications, instructions and recommendations. The contractor will deliver the parts and equipment within 30 (thirty) days of receipt of a signed contract. Contractor will confirm delivery date with the 97th Contracting Squadron who in turn will coordinate with 97th Security Forces Squadron/NCOIC, Installation Security or POC at (580) 481-7242. Government requires a 48 hour notice prior to delivery of product or installation of equipment. The contractor will work during normal hours of operation. Security Forces Squadron duty hours are Monday through Friday 0730 to 1630. If additional hours are needed, the request must be submitted to 97 Contracting Squadron who in turn will coordinate with NCOIC Installation Security, TSgt Joseph Hernandez. The contractors work area will be cleaned prior to leaving for breaks, lunch, and at the end of each work day. When work is finished, the contractor will be responsible for cleaning the area and properly discarding trash and unused materials to ensure that the area is safe for our customers. 2.0SPECIAL REQUIREMENTS. There is no smoking in Building 130. There is a designated smoking area located at the overhang south of building. Contractor’s movement in the facility will be monitored at all times. 2.1The contractor will assign employees who are trained to handle all required material handling, transportation, loading, unloading, and product installation tasks to meet OSHA and base safety requirements. The contractor will ensure product meets required safety standards at the time the project is finished and accepted by the customer. Contractor must provide the standard commercial product warranty specifying warranty period for surveillance system. 3.0SECURITY REQUIREMENTS. The contractors will comply at all times with Base Security Requirements to include: Base Pass Requirements and personnel security clearance. END SOW If an interested bidder has any questions after the site visit, they must be submitted in writing to todd.witzlsteiner@altus.af.mil no later than 12:00pm CST on 5 September 2008. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 308 N. 1st Street, Suite 2301, Altus AFB, OK 73523-5003 at or before 12:00pm CST, 8 September 2008. Submit dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138 or (580) 481-7025, or emailed to todd.witzlsteiner@altus.af.mil Each offeror shall complete paragraph (j) of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Jun 2008) if applicable. Please register Representations and Certifications on ORCA, http://orca.bpn.gov/. FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008), If a copy of the provisions are needed, the can be found on http://www.arnet.gov/far/; FAR clause 52.204-7, Central Contractor Registration (Apr 2008), Award shall be made only to contractors who have registered with the Central Contractor Registration at www.ccr.gov; FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); FAR clause 52.212-4, (Feb 2007), Contract Terms and Conditions—Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Alt A Required Central Contractor Registration (Nov 2003); FAR clause 52.219-28, Post-Award Small Business Program representation (Jun 2007); The FAR clause 52.212-5 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jun 2008) and its deviations (Jun 2008) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-26, Equal Opportunity (Mar 2007) and 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits WG-10 Step 2, $20.28 – 36.25% (End of clause) FAR 52.225-1, Buy American Act – Supplies (Jun 2003); FAR 52.233-3, Protest After Award (31 U.S.C. 3553) (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332) (Oct 2003); FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); FAR 52.243-5, Changes and Changed Conditions (Apr 1984); FAR 52.246-1, Contractor Inspection Requirements (Apr 1984); FAR 52.247-34, F.O.B. Destination (Nov 1991); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); FAR 52.253-1, Computer Generated Forms (Jan 1991); DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Sep 2007); DFARS 252.219-7011, Notification to Delay Performance (Jun 1998); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003); DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Mar 2008). For Reference, the current Wage Determination, WD 05-2525 (Rev.-7) dated 06/18/2008, is being used. The link for the current Wage Determination can be found at: http://www.wdol.gov/wdol/scafiles/std/05-2525.txt No telephonic responses will be processed. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT; HOWEVER, A REQUEST FOR FUNDING IS INCLUDED IN THE FY08 END OF YEAR SPEND PLAN. AWARD IS CONTINGENT UPON FUNDS BECOMING AVAILABLE ON OR BEFORE SEPTEMBER 30, 2008. ALL QUOTES NEED TO BE VALID UNTIL SEPTEMBER 30, 2008. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-08-05 09:23:53">Aug 05, 2008 9:23 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2008-08-27 18:04:22">Aug 27, 2008 6:04 pm Track Changes Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2008-08-13 17:48:03">Aug 13, 2008 5:48 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2008-08-27 18:04:22">Aug 27, 2008 6:04 pm Track Changes
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cadee315a4e4e137a2cd4fc6f4b547af&tab=core&_cview=1)
 
Place of Performance
Address: Altus AFB, Oklahoma, 73523, United States
Zip Code: 73523
 
Record
SN01652432-W 20080829/080827220713-cadee315a4e4e137a2cd4fc6f4b547af (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.