Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

67 -- SURVEILLANCE CAMERAS AND INSTALL - SOW WITH PICTURES

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron, 2000 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KTAK9152A001
 
Archive Date
10/3/2009
 
Point of Contact
Taylor M Sorenson, Phone: 505-846-6283
 
E-Mail Address
taylor.sorenson@kirtland.af.mil
(taylor.sorenson@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK WITH DIAGRAM INCLUDED. 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. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 334611, Size Standard 500 employees. Solicitation/Purchase Request number F2KTAK9152A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-36 effective 10 SEPT 09. EQUAL BRANDS AND PRODUCTS ACCEPTED. The Government intends to award contract line item numbers: (CLIN 0001) Pelco ISC110 Day/Nigh Dome Cameras w/3-9.5mm lens. Part #: IS110DNV9. QUANTITY: 28 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0002) Pelco Samsung GVI-SSC-B2391 Day Night Camera. Part #: SCCB2391. QUANTITY: 2 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0003) Arm Electronics 5 - 50 MM Varifocal auto iris lens. Part #: VL550AI. QUANTITY: 2 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0004) Samsung 400DX - brighter unit - 3 yr onsite warranty. QUANTITY: 1 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0005) Chief FUSION Tilt Wall Mount (26-47" Displays) and hardware. QUANTITY: 1 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0006) Outdoor Camera Housing. QUANTITY: 2 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0007) ARM OCHWMT Wall Mount for OCH Camera Housing. QUANTITY: 2 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0008) 4 Outlet 24 Vac 4 Amp power supply. QUANTITY: 2 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0009) 8 Outlet 24 Vac 12 Amp power supply. QUANTITY: 4 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0010) Pelco DX8116-1000M 16 Channel DVR with DVD, 1TB Storage and 16 Channel MUX. QUANTITY: 2 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0011) Conduit piping, straps and hardware as required. See basement, 1st floor, 2nd floor and 3rd floor plans for material requirements. QUANTITY: 1 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0012) RG6 Coax plenum cable as required. QUANTITY: 1 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0013) 16-2 Plenum Speaker Wire as required. QUANTITY: 1 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0014) Labor, NM Gross receipts tax, etc. QUANTITY: 1 UNIT OF MEASURE: EA PERIOD OF PERFORMANCE: 1 October 2009 - 25 November 2009. FOB: DESTINATION. Inspection and acceptance: DESTINATION. STATEMENT OF WORK: SUBJECT: Statement of Work for Installation of a New Surveillance System that Integrates into the Current System in the TRS Military Training Flight 1. Scope of Work 1.1. Responsibilities: The selected contractor will provide equipment and labor to install the following: - 28 Pelco ISC110 Day/Nigh Dome Cameras w/3-9mm lens. Part#: IS110DNV9 - 2 Samsung GVI-SSC-B2391 Day Night Cameras. Part #:SCCB2391 - 2 Arm Electronics 4 - 50 MM Varifocal auto iris lenses. Part #: VL550AI - 1 Samsung 400DX - brighter unit - 3 yr onsite warranty - 1 Chief FUSION Tilt Wall Mount (26-47" Displays) and hardware - 2 Outdoor Camera Housings - 2 ARM OCHWMT Wall Mounts for OCH Camera Housings - 2 - 4 Outlet 24 Vac 4 Amp power supplies - 4 - 8 Outlet 24 Vac 12 Amp power supplies - 2 Pelco DX8116-1000M 16 Channel DVRs with DVD, 1TB Storage and 16 Channel MUX - Conduit piping, straps and hardware as required. See basement, 1st floor, 2nd floor and 3rd floor plans for material requirements - RG6 Coax plenum cable as required - 16-2 Plenum Speaker Wire as required 1.2. Location: The surveillance system will be installed on-site at the 58th Training Squadron Military Training Flight, 8200 G Ave, Bldg 20351, Student Dormitory, Kirtland AFB, NM. 1.3. Personnel: MSgt JD Morgan will be the point of contact for the Military Training Flight. 1.4. Tasking: MSgt Morgan will provide the contractor with tasking and direction and will have final approval on installation of the surveillance system. Camera installation is shown below: 1.5. Nature of Project: This project is routine, but no one in the 58 TRS has the necessary experience to perform this job. It must be performed by an outside contractor that has the necessary skills in surveillance system installation. 2. Security: This work is unclassified and is not in a restricted area. 3. Hours of Operation: The Military Training Flight is open for operations 9 hours per day, 5 days per week and will be available to the contractor between the hours of 0730 to 1630 during the POCs primary duty day. 4. Government Furnished Property: The Military Training Flight will furnish the current surveillance system for integration with the new system. 5. Contractor Furnished Items and Services 5.1. Support: The contractor will provide all equipment and labor for installation to complete the project as necessary through the length of the project. The contractor will turn the system over to the Military Training Flight at the completion of the installation and testing of the equipment. 6. Specific Tasks: 6.1. Period of performance: The project shall begin by 25 Sep 09 and no later than 30 Sep 09. 6.2. Government credit for late response. 6.3. Task Approval: MSgt Morgan will work closely with the contractor and get approve from Contracting (A1C Sorenson) for all tasks and major changes to the surveillance system installation. 6.4. Billing: All invoices for labor and equipment will be reviewed by Lt Col Terry Ulrich and should be entered in Wide Area Work Flow/DFAS for payment. FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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) Price - The Government will evaluate offers for award purposes on the total price for the requirement (2) Technical acceptability Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representation and certifications at http//orca.bpn.gov. The following provisions and clauses apply to this procurement: FAR 52.237-1; FAR 52.212-1, Instructions to Offerors-Commercial Items; In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2. FAR 52.207-7, FAR 52.212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal OR ORCA); 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. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.219-28; 52.222-3; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33] FAR 52.252-1 & 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; 52.237-2 Protection of Government Buildings, Equipment and Vegetation Offeror Representations and Certifications--Commercial Items.; DFAR 252.204-7004 ALT A; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.225-7001, 252.232-7003; 252.247-7023 Alt III]; 252.225-7002; 5352.242-9000. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 18 September 2009 (Mountain Time) 1:30 p.m.. Offers may be emailed to taylor.sorenson@Kirtland.af.mil. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KTAK9152A001/listing.html)
 
Place of Performance
Address: KIRTLAND AFB, NM, ALBUQUERQUE, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN01953980-W 20090916/090915001258-ea3c6f57bcc492af0bd10358db7b3a7b (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.