Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

63 -- Building Security System ND

Notice Date
4/3/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Ave NW, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1009P25800
 
Response Due
4/22/2009
 
Archive Date
10/19/2009
 
Point of Contact
Name: Matthew Comes, Title: Contract Specialist, Phone: 202-344-2036, Fax: 202-344-1254
 
E-Mail Address
matthew.comes@associates.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 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 HSBP1009P25800 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 334290 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 2009-04-22 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Customs and Border Protection requires the following items, Exact Match Only, to the following: LI 001, Building Security System. Requirments are in the SOW and Open Storage Area Standards for Collateral Classified Information. **Attachements can be found at www.fedbid.com**, 1, EA; For this solicitation, DHS-Customs and Border Protection 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. DHS-Customs and Border Protection 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 the REQUIRED NON-PRICING responses to include a technical proposal, representations and certifications, and any available past performance information directly to clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The base period for this contract will be for one year starting from contract award. The option will also be for one year after base period should CBP chooses to exercise it. 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. Attached are the SOW and DHS Open Storage area standards for collateral classified information. Please see the Open Storage area standards for collateral classified information attachment for the following information. 1. Construction requirments are on page 9. 2. System requirments for the Intrusion Detection System (IDS) are on page 13 section H. 3. The alarm installation and compliance requirements are on page 16 numbers 4 and 5. The alarm system must meet the requirments set forth by Underwriters Laboratory (UL) Standard 2050. This requires the vendor to have UL-2050 certification. In addition, Products must be FIPS-201 approved products, which a list can be found at http://idmanagement.gov/. Click the FIPS 201 Approved Products link located on the left hand side in the dark blue box labeled Related Federal Gov't Web Sites. Award evaluation criteria: 1. Lowest price technically acceptable. 2. Past Performance on similar work. There will be a site visit for all interested bidders on April 6, 2009 from 0700 until 1500, or longer if needed. If you wish to attend please provide an email no later than Thursday April 2, 2009 to Christopher.Bacon@dhs.gov (in the subject line put "Building Security Installation site visit". He can also be reached at 701-747-8114. Revised the SOW to update the location invoices should be sent and changed the language under section 2.3. The first sentence referring to an attachment 1 was in error. The site visit has been postponed until Monday April 13, 2009 due to flooding in North Dakota. Please contact Christopher Bacon no later than Thursday April 9, 2009 if you plan to attend. In addition the solicitation end date has been extended to April 22, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f892cb177e9a8e561db42ab27b25530&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01785759-W 20090405/090403221446-9f892cb177e9a8e561db42ab27b25530 (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.