Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

63 -- This Surveillance Camera Upgrade requires on-site visit to Northern Navajo Medical Center (NNMC) prior to submitting a written proposal. The solicitation # for this procurement is NNMC-10-BB-002 and is a Request for Quotation (RFQ). - Package #1

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Northern Navajo Medical Center, PO Box 160, US Highway 491 North, Shiprock, New Mexico, 87420-0160
 
ZIP Code
87420-0160
 
Solicitation Number
NNMC-10-BB-002
 
Point of Contact
Bernina Blackwater, Phone: 5053687031
 
E-Mail Address
bernina.blackwater@ihs.gov
(bernina.blackwater@ihs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Equipment Specifications Service Contract Act for New Mexico FAR Clauses Statement of Work for the Surveillance Camera Upgrade. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the solicitation of a required on-site visit to Northern Navajo Medical Center (NNMC) followed by a written proposal. The solicitation number for this procurement is NNMC-10-BB-002 and is a Request for Quotation (RFQ). THIS PROCUREMENT IS 100% SET ASIDE TO SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) CONTRACTORS. Bidders must ensure their Central Contacting Registration (CCR) are updated, correct, and have not expired. The North American Industry Classification System (NAICS) is 561621- Security Systems Services (Except Locksmiths). The Offeror must quote on an all or none basis. Site Visit: The contractor shall make a required site-visit to NNMC in Shiprock, New Mexico prior to submitting written quotes (oral offers will not be accepted) will be a scheduled appointment with Bernina Blackwater at bernina.blackwater@ihs.gov or (505) 368-7031. The following dates of August 26-27 and August 30-31, 2010 between the hours of 8:00 am-5:00pm (Mountain Standard Time). Any quotes submitted without attending the scheduled site visit will not be considered. Only one pre-bid site visit will be conducted. Security Surveillance Camera system will meet all requirements as stated in the Statement of Work (SOW). The Government anticipates award of a Firm Fixed Price contract. The Government intends to evaluate proposals based on service compliance with solicitation requirements, technical capabilities, prior performance, quality of the product and service, and cost. The Government intends to award one contract as a result of this solicitation. An award will made based on the requirements and evaluation factors. The Contractor shall provide all supplies. All quotes must include shipping. Products must be "Brand Name", or equal. If providing an "EQUAL" product, please provide the specifications of each item for technical acceptance review. Location of the Government site is Northern Navajo Medical Center in Shiprock, New Mexico and will be identified on the contract. All items should be delivered FOB destination with government acceptance within 30 days ARO to the following address: US HWY 491 North Shiprock, New Mexico 87420. Line items: 001 (3 EA) 1 (one) terabyte (TB) Hard Drives minimum for each of the Digital Video Recorders. 002 (3 EA) DVRs to receive from all cameras to record images to then feed into the monitors for viewing in the command control station with remote access to all cameras. 16 channel standalone DVRs should have Max resolution 1280 x 1024, H.264 Hexplex technology for the highest internet streaming, Live real time viewing or scheduled continuous recording setting. 003 (3 EA) 32" Flat screen monitors. 004 (1 EA) Pan Tilt Zoom (PTZ) controller, compatible with all installed cameras. 005 (6 EA) Pan Tilt Zoom (PTZ) Cameras, 550 TV lines Resolution, 324 x Zoom (27x optical, 12x digital) Endless 360 degree pan rotation. 006 (12 EA) Fixed outdoor camera with 5-100mm lens and heated closure (this prevents condensation and protects the cameras) or encased in an environmental housing. Outdoor video cameras need to be 540 Lines High Resolution, Indoor box camera; auto gain control on/off switchable, digital signal processor (DSP) for image control. 007 (18 EA) Indoor Day and Night Vandal Proof Dome Cameras with 520 TV lines resolution, high accuracy with Micro-stepping control, endless 360 pan rotation; lighting speed (MAX 360 per/sec) smooth manual speed (MIN.05 per/sec). 008 Miscellaneous wire, hardware, video baluns, and power supplies. 009 Labor for camera system upgrades. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition(the full text of a clause may be accessed electronically at this address: FAR: https://www.acquistion.gov): The following Provisions and Clauses apply to this solicitation and are incorporated by full text: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers". Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation - Commercial Item 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 Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.204-3 Taxpayer Identification 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.223-6 Drug-Free Workplace 52.223-14 Toxic Chemical Release Reporting 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3 Federal, State, and Local Taxes 52.232-1 Payments 52.232-8 Discount for Prompt Payment 52.232-17 Interest 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest after Award 52.237-2 Protection of Government Building, Equipment, and Vegetation 52.243-1 Changes - Fixed Price 52.246-4 Inspection of Services - Fixed Price 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) 52.249-8 Default (Fix Price Supply and Services) 52.249-12 Termination (Personal Services) FAR 52.204-7 Central Contractor Registration Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. The contractor must also have applicable expertise in government acquisition and program management disciplines. This expertise is essential to ensure that cost, schedule, performance, and risk associated with the procurement are effectively applied in support of the IHS mission. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (11) Company Tax Information Number and DUNS Number. (12) Provide a cost/price breakdown with your Quote. Request for Quotation will be submitted to Bernina Blackwater, Contract Specialist in the acquisitions department at Northern Navajo Medical Center, US HWY 491 North, Shiprock, NM, 87420 or via email to bernina.blackwater@ihs.gov. Bernina Blackwater at telephone number (505) 368-7031 can be contacted for information regarding the solicitation. Final proposals are due NO LATER THAN 31 August 2010 by 11:59PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/NNMC-10-BB-002 /listing.html)
 
Place of Performance
Address: Northern Navajo Medical Center, US HWY 491 North, Shiprock, NM 87420, Shiprock, New Mexico, 87420, United States
Zip Code: 87420
 
Record
SN02253802-W 20100827/100825234833-d379be129f07dbfa82324d223509d70d (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.