Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

63 -- CCTV Upgrade for CDC I.

Notice Date
9/3/2008
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
FA7012-08-T-0046
 
Response Due
9/9/2008 4:30:00 PM
 
Archive Date
9/24/2008
 
Point of Contact
Matthew P Walton,, Phone: 202-767-7956, Kenneth J Hawkins,, Phone: 202-404-7771
 
E-Mail Address
matthew.walton@bolling.af.mil, kenneth.hawkins@bolling.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The purpose of this amendment is to extend the proposal due date and incorporate the following changes to this solicitation as follows: 1) The proposal due date is hereby extended to September 9, 2008, 4:30PM Eastern Standard Time. 2) The manufacturer for the cameras is hereby deleted in it's entirety from this solicitation. The brand of cameras submitted by offerors must be compataible with the specifications in the statement of work and in compliance with the Buy American Act. Failure to meet this requrement will result in your proposal being unacceptable. 3) The contractor can propose a mixture of fixed and PTZ camera's in order to meet the desired outcomes specified in the Performance Work Statement. All changes are reflected in bold print. All other terms and conditions of this contract remain the same. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. No. FA7012-08-T-0046. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. This is a total 100% Service Disabled Veteran Owned Small Business Set-Aside. The North American Industry Classification System code is 238210 at $13 Million size standard. LINE ITEM 0001: 64 Channel Digital Video Recorder, Quantity: 1 Each, Unit Price: ___________, Extended Price: ____________. LINE ITEM 0002: 32 inch LCD Monitor with Wall Mounting Bracket, Quantity: 2 Each, Unit Price: ___________, Extended Price: ____________. LINE ITEM 0003: 19 inch LCD Monitor with Wall Mounting Bracket, Quantity: 5 Each, Unit Price: __________, Extended Price: ____________. LINE ITEM 0004: Keyboard with joystick, Quantity: 1 Each, Unit Price: __________, Extended Price: ____________. LINE ITEM 0005: Power supplies, Quantity: 2 Each, Unit Price: ___________, Extended Price: ____________. LINE ITEM 0006: Equipment Rack, Quantity: 1 Each, Price: ___________, Extended Price: ____________. LINE ITEM 0007: Cameras - color with varifocal lens, Pan, Tilt, Zoom capabilities. Quantity: 49 Each, Unit Price: ___________, Extended Price: ____________. LINE ITEM 0008: Outdoor Cameras color with varifocal lens, Pan, Tilt, Zoom capabilities. Quantity: 11 Each, Unit Price_____________, Extended Price: ____________. 1. DESCRIPTION OF SERVICES/GENERAL INFORMATION. 1.1. SCOPE OF WORK. The contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation, labor and other services necessary to install all Replace 37 black and white cameras and install 23 new color cameras in all classrooms hallways, kitchen, lobby, playgrounds, and exterior of bldg. All cameras shall have a protective dome. Dispose of all cameras targeted for replacement. 1.2. Remove and dispose of existing recording system/equipment. Install one (1) 64 channel Digital Video Recorder. Hard drive minimum 500GB with advanced search capabilities, remote web/PC software, scheduled recording, and instant playback. System shall include recording, as well audio recording capability for up to 30 days, downloading images to DVD/CD, view of images remotely from 2 locations (director or assistant director's computers). System must be capable of being titled and date/time stamped. System will be designed to record during specific periods of time. Images may be viewed in real time or easily recalled from archives using simple desktop software with a mouse and keyboard. Provide installation and all final connectivity, programming and training as necessary. 1.3. Replace existing monitors with two (2) 32" flat panel color monitors and connect to DVRs. System must be capable of rotating through each camera view automatically or be set on designated camera(s). System must be capable of viewing multiple cameras at one time through split screens. All monitors shall be hung on the wall. System must include software which can be installed on manager's hard drive which would enable them to access the camera monitors from their PC. 1.4. Remove existing shelving, etc to make way for hanging flat panel monitors and DVR rack cabinet. 1.5. Furnish and install rack cabinet for the above referenced DVR's. Cabinet to include base module, top and side panels, lockable steel door and rack mount power strip w/ adequate outlets. 1.6. Connect to existing UPS for up to 80 - 24 VAC Cameras. 2. GENERAL INFORMATION. 2.1. Inspection and Acceptance Terms. Items shall be priced FOB Destination. Items shall be delivered to: Bolling CDC I, Bldg. 4455 Tinker Avenue., Bolling AFB, DC 20032. Services/installation of work shall take place no later than September 10 2008. Supplies shall be inspected at destination/government, accepted at destination/government. 2.2. Federal Holidays. The following is a list of Federal Holidays observed by this installation: Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. 2.3. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency or special event services as indicated in paragraphs aforementioned, unless otherwise directed by an authorized government representative. 2.4. Quality Assurance. According to the Inspection of Services clause, the government will evaluate the contractor's performance using periodic method of surveillance. 2.5. Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will select the best overall offer based on Price and descriptive literature. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4 applies to this acquisition are as follows: 52.204-9, 52.209-6, 52.211-6, 52.214-31, 52.214-34, 52.214-35, 52.219-6, 52.225-13, 52.223-6, 52.223-11, 52.224.1, 52.224-2, 52,233-3, 52.233-4, 52.237-1, 52.237-2, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.223-7006, 252,232-7003, 252.232-7010, 52.253-1, 252.204-7006, 252.212-7001 (DEV), 52.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses, 52.219-6, 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33 apply to this acquisition. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All proposals must be received by 4:30 P.M. Eastern Standard Time (EST) on 9 September 2008. Proposals can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032, faxed to (202) 767-7887 or e-mailed to matthew.walton@bolling.af.mil. An official authorized to bind your company shall sign the proposal. Questions concerning this solicitation should be addressed to Matthew Walton, Contract Specialist, Phone (202) 767-7956, FAX (202) 767-7887 or e-mailed to matthew.walton@bolling.af.mil. A site visit will be conducted on August 13th, 2008 at 9:00 a.m. EST at the CDC I at Bolling AFB, DC. ATTENDEES MUST HAVE CURRENT DRIVERS LICENSE, INSURANCE AND REGISTRATION TO ENTER BASE. Attendees must enter through the south gate at the visitor's center. All attendees will meet at the visitor's center by 9:00 a.m. EST and will caravan to the site visit destination thereafter. Offerors planning to attend the site visit must provide the names of each representative to SSgt Matthew Walton by fax (202) 767-7887 or email matthew.walton@bolling.af.mil, no later than August 11th 2008, 12:00pm E.S.T. Offerors are not required, but strongly encouraged to attend the site visit. All quotes must be received by 4:30 p.m. EST on August 25th 2008 by mail to 11th CONS/LGCO, 20 MacDill Blvd., Ste. 400, Bolling AFB, DC 20032, by fax to (202) 767-7887 or email to matthew.walton@bolling.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=56e7813a4ef20b2bfa633c1d682d1a86&tab=core&_cview=1)
 
Place of Performance
Address: Bolling CDC I, 4455 Tinker Ave., Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01657864-W 20080905/080903222527-56e7813a4ef20b2bfa633c1d682d1a86 (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.