Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

T -- Green Building Construction Time Lapse Video

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R10PS30321
 
Response Due
6/28/2010
 
Archive Date
6/23/2011
 
Point of Contact
Kelli Adams Contract Specialist 7022938363 kadams@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Bureau of Reclamation, Engineering Services Office (ESO), has a requirement for time lapse video and production services. Proposals are being requested and a request for quotation (RFQ) numbered R10PS30321 will be issued to facilitate electronic quotation submissions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-41. This requirement is a total small business set-aside. Large businesses are encouraged to submit quotes in the event that there are an insufficient number of small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 512199 Other Motion Picture and Video Industries. The small business size standard for NAICS Code 512199 is $7,000,000.00. The resulting contract will be a firm-fixed-price type. Line item 0001 - Construction Time Lapse Video: The Contractor shall provide internet protocol (IP) enabled fixed cameras that offer live webcam, time delayed image capturing features to provide time delayed photo documentation, and a time lapse video of the construction of a new office building project in accordance with the statement of work (SOW) requirements. The project site location is 500 Fir Street, Boulder City, NV 89005. A more detailed SOW is attached to the RFQ. Determination of award will be based on the lowest price technically acceptable, responsive quote from a responsible offeror. The following criteria will be evaluated to determine offeror acceptability: (i) Technical Capabilities, (ii) Experience, and (iii) Price. Offers shall meet the following IP camera criteria: (1) shall not have less than 8 megapixel imaging capability, (2) shall have low light capability, (3) shall not have less than 10 frames per second of streaming webcam capability, (4) shall have variable focus lens capability, and (5) shall not have less than 120 degree ultra-wide lens capability. The Offerors shall have experience performing 3 projects of same or similar scope and must provide the following: (1) a written statement outlining their method and schedule for performing the work (2) a written statement outlining the ability to meet the acceptability criteria and (3) provide at least three summaries, which includes contact names and numbers, of previous projects of the same or similar scope of work. Offers will be considered acceptable if the Offeror's equipment and experience meet all of the above acceptability criteria. The following provisions and clauses apply to this solicitation action: FAR provision 52.212-1, Instructions to Offerors - Commercial. FAR provision 52.212-2, Evaluation - Commercial Item. Offers will be evaluated based on the lowest priced, technically acceptable, responsive quote from a responsible offeror. Offers will be considered acceptable if the equipment offered meets all of the above specifications. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include in their offers a completed copy of the provision 52.212-3 or indicate completion of the applicable Online Representations and Certifications Application (ORCA). Offerors may complete the annual representations and certifications online at orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specific FAR clauses included in 52.212-5 that are applicable to this requirement include: 52.222-50, Combating Trafficking in Persons, 52.233-3 Protest After Award, and 52.233-4, Applicable Law for Breach of Contract Claim. Additional contract requirements include the following clauses:FAR clause 52.237-01, Site VisitFAR clause 52.219-6, Notice of Total Small Business Set-AsideFAR clause 52.219-28, Post Award Small Business ProgramFAR clause 52.222-3, Convict LaborFAR clause 52.222-19, Child Labor - Cooperation with Authorities and RemediesFAR clause 52.222-21, Prohibition of Segregated FacilitiesFAR clause 52.222-26, Equal OpportunityFAR clause 52.222-36, Affirmative Action for Workers with DisabilitiesFAR clause 52.225-13, Restrictions on Certain Foreign PurchasesFAR clause 52.232-33, Payment by Electronic Funds Transfer - Central Contractor RegistrationDIG 2010-04, Prohibition on Text Messaging and Using Electronic Equipment supplied by the Government while Driving A site visit will be held on Friday, June 25, 2010, at the project site located at 500 Fir Street, Boulder City, NV 89005 beginning at 10 am. Prospective offerors should make arrangements for attendance by contacting Kelli Adams at (702) 293-8363. Responsible offerors are requested to submit a quotation for this requirement to Kelli Adams, Contract Specialist. Offers may be submitted electronically through FedBizOpps, via email to kadams@usbr.gov. To facilitate electronic quotation submissions through FedBizOpps, a request for quote (No. R10PS30321) is being issued subsequent to this combined solicitation/synopsis. Offers are due no later than Monday, June 28, 2010, 4:00 p.m. PDT. For questions and concerns, please contact Kelli Adams at (702) 293-8363.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6bbc858ae523d48e31f972852583134)
 
Place of Performance
Address: 500 Fir StreetBoulder City, NV
Zip Code: 89005
 
Record
SN02185503-W 20100625/100623234629-e6bbc858ae523d48e31f972852583134 (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.