Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

63 -- Upgrade of Security System (with card readers)

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Avenue, NW, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
20047078
 
Response Due
9/15/2009
 
Archive Date
3/14/2010
 
Point of Contact
Name: Sharon Brown, Title: Contract Specialist, Phone: (202) 344-3851, Fax:
 
E-Mail Address
sharon.brown1@dhs.gov;
 
Small Business Set-Aside
N/A
 
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 20047078 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees. This requirement is unrestricted 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 2009-09-15 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Riverside, CA 92518 The DHS Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Seller Must bid Exact Match to specification. TO HAVE A BID CONSIDERED FOR AWARD ALL SELLERS MUST PROVIDE MANUFACTURER, PART # (IF APPLICABLE) AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED OR JOB FOR ALL LINE ITEMS BEFORE THE CLOSE. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. ----------Install and upgrade Security Access Control Unit Replace and install 8 new compliant proximity card readers (access doors identified) to meet the HSPD-12 compliance., 1, lot; LI 002, Seller Must bid Exact Match to specification. CCTV System Upgrade Contractor shall provide and install 4 new high resolution video cameras, repair parking lot dome camera and connections. Install two video exterior cameras East and West of buildings entry door, replace one parking lot dome camera, and install one interior dome camera inside the supply receiving area. Upgrade and integrate any equipment associated with new cameras at the Duty Office Main Console equipment rack. Upgrade the on site video storage from video tapes recorded on a time lapse VCR to a Digital Video Recorder (DVR) with a hard drive with large memory storage space. DVR to provide an average of at least two months of recorded video for the installed video cameras.Connect video output to the existing video matrix to view on the existing flat screen monitors.Install and integrate the new DVR with the existing Security software (Lenel OnGuard Access Control Server), located in the Duty Office Main Console equipment rack., 1, lot; LI 003, Seller Must bid Exact Match to specification. Install Independent Intrusion Detection System (IDS) Install an alarm communicator, ceiling mount motion detector, high security door switch, a back up battery, and an indoor blue strobe light., 1, lot; LI 004, Delivery and Installation, 1, lot; 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Note: Owners manuals, required training and programming on new installed equipment/system will be provided to the Government prior to final payment. Upgrade Security Access Control Unit (with dual technology proximity card readers), upgrade the current CCTV systems and install independent IDS. Install 2 new exterior cameras at the East and West entry doors, install 1 dome camera inside the supply receiving area, and replace 1 existing parking lot dome camera. Repair or reposition the angle view of one parking lot dome camera. Connect the new and existing operational cameras to a new Digital Video Recorder (DVR) with high capacity hard drive storage space. This buy was reposted in order to be on FBO. The following factors shall be used to evaluate offers: (1) Technical capability of the offer to meet the Government requirement, (2) Price. All offers must be found technically capable to be considered for award. Award may be made to other than the low offer. Award will be based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20047078/listing.html)
 
Place of Performance
Address: Riverside, CA 92518
Zip Code: 92518
 
Record
SN01951964-W 20090913/090912002632-30aaeb18f2e18fb1c181b5f8cc120a6f (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.