Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

63 -- SECURITY SURVEILLANCE SYSTEM

Notice Date
7/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT939163A001
 
Archive Date
8/12/2009
 
Point of Contact
Victoria M Torres, Phone: 707-424-7742, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
victoria.torres@travis.af.mil, elizabeth.squires@travis.af.mil
(victoria.torres@travis.af.mil, elizabeth.squires@travis.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 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. The solicitation number is F3ZT939163A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34, effective date May 14, 2009; Defense DCN 20090115, effective date 15 Jan 2009; and AFAC 2009-0318 effective date 18 Mar 2009. This acquisition will be 100% small business set-aside; the North American Industry Classification System (NAICS) code is 334290. The business size standard is 750 employees. The Federal Supply Class (FSC) is 6350. The Standard Industrial Classification (SIC) is 3669. Travis AFB intends to award a purchase order for a 27-camera Security Surveillance System that provides up to 2 weeks of recordable data and includes the ability to make copies of any recording via an internal CD-Burner, or USB port for a data stick. The cameras will have built-in Infra-Red Illuminators for see in the dark capability with any absence of light; and are out-door rated & vandal resistant. CLIN0001- Ultra 32: 32 channel multiplex digital video recorder with CD burner & network interface operational with 750GB hard-drive & full D1 H.264 hardware compression. Qty.1ea CLIN0002- HSW 38/42 IR: color bullet cameras with 520 lines of resolution & 3.5mm- 8mm varifocal auto-iris lenses with weather-proof housing & 42 infrared illuminators up to 100ft. range. Qty. 26ea CLIN0003- HSW 550 DV: Long range bullet camera with 540 iris lenses with infra-red illuminators up to 300ft. range. Mechanically IR Cut Filter Switching & weather proof housing. Qty. 1ea CLIN 0004- S2409W: 24-inch LCD Full HD monitor with wall-mount. Qty.1ea CLIN 0005- Installation and Labor. Also includes, all incidental camera power supplies, conduit, boxes, couplings, wire, lift rental, and warranty necessary to system. Award shall be made in the aggregate, all or none. A site visit will be conducted on 22 July 2009 at 1000. Any vendor interested in attending the site visit will need to e-mail SrA Victoria Torres with your name, company name, and number of people attending. All participants will be required to meet at the Travis AFB visitor's center for access to the installation with a valid driver's license, insurance, and registration The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Feb 2009). FAR 52.233-4 Applicable Law for Breach of Contracts (October 2004). FAR 52.212-4 Contract Terms and Conditions (March 2009) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-6 Notice of Total SB Set Aside (June 2003). FAR 52.219-28 Post-Award Small Business Program Representation (April 2009). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (February 2008). FAR 52.222-50 Combating Trafficking in Persons (February 2009). DFARS 252.225-7001 Buy American Act and Balance of Payments Program (January 2009). DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (April 2003). DFARS 252.204-7003 Control of Government Personnel Work Products. (September 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests. (March 2008) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.211-6 Brand Name or Equal (August 1999). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (April 2009). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (January 2009). AFFARS 5352.201-9101 Ombudsman (August 2005). Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to victoria.torres@travis.af.mil or fax to 707-424-0288 NO LATER THAN 28 July 2009, 12:00 PM, PST. If you have any questions, they must be in by 26 July 2009, 5:00 PM, PST. Point of contact is Victoria Torres, SrA, Contract Specialist, telephone 707-424-7742. Alternate POC is SSgt Elizabeth Squires, Contracting Officer, telephone 707-424-7761, elizabeth.squires@travis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT939163A001/listing.html)
 
Place of Performance
Address: TRAVIS AFB, CA 94535, TRAVIS AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01874137-W 20090716/090714235237-a772a5f090898d7d73a4fb7e31da0381 (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.