Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

63 -- Security Cameras

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Hood, 1001 761st Tank Battalion Avenue, Room W113, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W45CM182138202
 
Response Due
9/18/2008
 
Archive Date
3/17/2009
 
Point of Contact
Name: Johanna Goodman, Title: Contract Specialist, Phone: 2542876495, Fax: 2542875354
 
E-Mail Address
johanna.goodman@us.army.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, 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 W45CM182138202 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 with a small business size standard of $13M. This requirement is a [ Small Business ] set-aside 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 2008-09-18 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544 The USA ACA Fort Hood requires the following items, Exact Match Only, to the following: LI 001, CAMERAFFPCAMERA WITH DOME ENCLOSURE, PELCO PART # IS150-CWV9.FOB: Destination, 8, EA; LI 002, MATRIXFFPMATRIX, PELCO PART #CM-6800E 48 x 8FOB: Destination, 1, EA; LI 003, EXPANSION KITFFPMATRIX EXPANSION KIT, PELCO PART #cm-6800e48 KIT.FOB: Destination, 1, EA; LI 004, DVD BURNERFFP16 ch DVD BURNER w/ITB MEMORY, PELCO PART #DX 8116-1000.FOB: Destination, 1, EA; LI 005, PTZFFPPTZ, PELCO PART #SD 435-PG-EDFOB: Destination, 1, EA; LI 006, BRACKETFFPBRACKET, PELCO PART #SWMGYFOB: Destination, 1, EA; LI 007, CORNER BRACKETFFPCORNER BRACKET, PELCO PART #SWMCAFOB: Destination, 1, EA; LI 008, MONITORFFP19" FLAT PANEL MONITOR. Item meeting need: PELCO PART #PMCL419FOB: Destination, 1, EA; LI 009, RACKFFPFLAT SCREEN MONITOR RACK, PELCO PART #RM19FOB: Destination, 1, EA; LI 010, POWER SUPPLYFFPPOWER SUPPLY, PELCO PART #MCS 16-20EFOB: Destination, 1, EA; LI 011, POWER SUPPLYFFPPOWER SUPPLY, PELCO PART #MCS 4-2BFOB: Destination, 1, EA; LI 012, FOTFFPSINGLE CHANNEL FOT TRANSMITTER, PELCO PART #FT08511MSTRFOB: Destination, 8, EA; LI 013, FOTFFPSINGLE CHANNEL FOT RECEIVER, PELCO PART #FR85011MSTRFOB: DestinationPURCHASE REQUEST NUMBER: W45CM182138202, 8, EA; LI 014, MOUNTFFPRACK MOUNT CHASSIS, PELCO PART #RK50000P53UFOB: Destination, 1, EA; LI 015, WALL MOUNTFFPWALL MOUNT FOR FOT, PELCO PART #WM5001-3UFOB: Destination, 1, EA; LI 016, WALL MOUNTFFPWALL MOUNT FOR FOT, PELCO PART #WM5004-3UEXPFOB: Destination, 1, EA; LI 017, WIREFFPPLENUM SIAMESE RG59/U, TAPTAN PART #W#18FOB: Destination, 1000, EA; LI 018, CABLEFFPBNC JUMPER CABLES, WINSTON PART #RG59AS6FOB: Destination, 16, EA; LI 019, CONNECTORFFP3 PIECE BNC CONNECTOR. WINSTON PART, NO PART #FOB: Destination, 24, EA; LI 020, LABORFFP4 TECHNICIANS for 280 HOURS approx amountAlso, provide labor cost breakdown ONLY via email to johanna.goodman@us.army.milFOB: Destination, 280, EA; LI 021, SERVICES: Manpower Report. FFP. Contractor Manpower Report requirement. Reporting of contractor manpower data IAW instructions contained in below paragraph: Manpower & Reserve Affairs. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil The required information includes: (14) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (15) Contract number, including task and delivery order number; (16) Beginning and ending dates covered by reporting period; (17) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (18) Estimated direct labor hours (including sub-contractors); (19) Estimated direct labor dollars paid this reporting period (including sub-contractors); (20) Total payments (including sub-contractors); (21) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (22) Estimated data collection cost; (23) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (24) Location(s) where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (25) Presence of deployment or contingency contract language: (26) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country); As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site., 1, EA; For this solicitation, USA ACA Fort Hood 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. USA ACA Fort Hood 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments Proposed responders must submit any questions concerning this solicitation before 16 Sep 2008, 1200PM ET, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Also, provide labor cost breakdown ONLY via email to johanna.goodman@us.army.mil Bid MUST be good for 30 calendar days after submission. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. See attached applicable provisions and clauses. No partial shipments unless otherwise specified FOB Destination CONUS (CONtinental U.S.) New equipment ONLY, NO remanufactured products
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=074a9e495c3dd4f0825a0eef619a352c&tab=core&_cview=1)
 
Place of Performance
Address: Fort Hood, TX 76544<br />
Zip Code: 76544-5025<br />
 
Record
SN01666873-W 20080913/080911224314-074a9e495c3dd4f0825a0eef619a352c (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.