Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

67 -- Surveillance Equipment

Notice Date
3/25/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, 1676 Evans St., Colorado Springs, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W911RZ-09-T-0140
 
Response Due
3/26/2009
 
Archive Date
9/22/2009
 
Point of Contact
Name: Amy Frankliln, Title: Contracting Officer, Phone: 7195260813, Fax: 7195264490
 
E-Mail Address
amy.w.franklin@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION 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 W911RZ-09-T-0140 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 334511 with a small business size standard of 750 employees. 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 2009-03-26 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Carson, CO 80913 The USA ACA Fort Carson requires the following items, Brand Name or Equal, to the following: LI 001, Pelco DX8100 Series 16 Channel DVR (Digital Video Recorder). Version 1.2. 3TB Storage. Server dual display of as many as 72 Cameras Simultaneously. Support for up to 16 ATM/POS Devices. System Health Check Monitoring. Windows EX Embedded. 2 Built In Audio Channels. Layer 2 Multicasting for Web Browser Access. 16-Channel Expansion Box. Internal Storage Capacity to 3 TB. Up to 704 x 480 recording resolution., 2, EA; LI 002, Camera Power Supply. 4 AMP with 1 output. Fuse is WCS1-4., 16, EA; LI 003, Pelco ES30C/ES31C Series Positioning System. Esprit System with IOP camera and wiper. Surveillance Camera System that receives, pans/tilts, and has an integrated optics package. The camera has auto focus but also has a manual override. Programmable camera settings. On screen compass, tilt, and zoom display, auto iris with manual override. 360 degree continuous pan rotation. Also needs to allow up to eight zones to be set to output blank video. System will have to withstand winds upwards to 130 mph. System must also come with a wall mount., 16, EA; For this solicitation, USA ACA Fort Carson 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 Carson 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to amy.w.franklin@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. 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. The following factors shall be used to evaluate offers: Award will be made on the basis of technically acceptable low price, past performance and delivery date. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The following DFAR clauses shall apply: 252.204-7004 Alternate A Central Contractor Registration, 252.211-7003 ALT I (Item Identification and Valuation) (Aug 2008), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008), 252.225-7001 (Buy American Act and Balance of Payments) (Jun 2005), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) (Mar 2008) The Contractor shall provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at https://wawf.eb.mil/. FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. The Government will not accept re-manufactured or repaired equipment. The following clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/: 52.204-7 (Central Contractor Registration) (Apr 2008), 52.212-4 (Contract Terms and Conditions Commercial Items) (Feb 2007), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items) (Sep 2008), 52.219-6 (Notice of Total Small Business Set Aside) (Jun 2003), 52.219-28 (Small Business Representation) (Jun 2007), 52.222-3 (Convict Labor) (Jun 2003), 52.222-21 (Prohibition of segregated facilities) (Feb 1999), 52.222-26 (Equal Opportunity) (Mar 2007), 52.222-36 (Affirmative Action for Workers with Disabilities) (Jun 1998), 52.222-50 (Combat Trafficking in Persons) (Aug 2007), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) (Oct 2003) or 52.232-36 (Payment by Third Party) (May 1999),52.225-13 (Restrictions on Certain Foreign Purchases) (Feb 2006), 52.247-34 (FOB Destination) (Nov 1999), 52.252-2 (Clauses Incorporated by Reference) (Feb 1998). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The following provisions will be in the contract and may be viewed at http://farsite.hill.af.mil/ : 52.211-6 (Brand Name or Equal) (Aug 1999), 52.212-1 (Instructions to Offerors- Commercial Items) (Jun 2008), 52.212-2 (Evaluation- Commercial Items) (Jan 1999), 52.212-3 (Offeror Representations and Certifications- Commercial Items) (Jun 2008). The items must be received at Fort Carson no later than 30 days after receipt of order.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0dfb26acd22f0911b1f12eabeaa84163&tab=core&_cview=1)
 
Place of Performance
Address: Fort Carson, CO 80913<br />
Zip Code: 80913<br />
 
Record
SN01777720-W 20090327/090325220526-0dfb26acd22f0911b1f12eabeaa84163 (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.