Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

63 -- Video Surveillance System - NAAF - Specifications

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M1G70174A001
 
Archive Date
9/24/2010
 
Point of Contact
Kenya I Hall, Phone: 843-963-5172, Damon Ellison, Phone: 8439635163
 
E-Mail Address
kenya.hall@us.af.mil, damon.ellison@charleston.af.mil
(kenya.hall@us.af.mil, damon.ellison@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Server Specifications - For Video Surveillance Operations PTZ Outdoor Dome Camera - PoE Color camera with 36x optical zoom. Automatic focus, auto iris, and low-light (0.01lux) function. Pan (360 degrees) and tilt (0 to 90 degrees). Enclosed in an outdoor dome with automatic heater/defogger. Includes ultra-high power PoE injector. 4 Camera Video Relay Server - Intel Pentium Duo Core 3.2 GHz with 4GB RAM DVDROM/CDRW, 500 GB HDD Keyboard and mouse. Windows Server 2003. System configuration and software prelCOMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M1G70174A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334290 with a 750 employee size standard. (v) Contractors shall submit a lump sum quote for Video Surveillance System with Installation. A site visit will be conducted on 31 Aug 2010 at 1300 (1:30PM). All contractors shall meet at the main Visitor Center on Dorchester Road, Charleston AFB at 11:30 for departure to the North Auxiliary Air Field, North, South Carolina. Note: site visit is not mandatory but recommended; and all contractors familiar with the area are welcome to go straight to the site after confirming attendance. Contact, Kenya Hall, at 843-963-5162 NLT 11:00 AM 31 Aug 2010 with the names of all who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. All responsible sources may submit a quotation, which shall be considered. (vi) Video Surveillance System and Installation at Charleston Air Force Base, North Auxiliary Air Field, North, South Carolina. (See attached statement of work) (vii) Delivery must begin within 30 calendar days of award. FOB destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offeror's-Commercial Items (ix) 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 in the following relative order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. (x) All offeror's shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offeror's are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations 23.804 -- Contract Clauses. Except for contracts that will be performed outside the United States and its outlying areas, insert the clause at: (a) 52.223-11, Ozone-Depleting Substances, in solicitations and contracts for ozone-depleting substances or for supplies that may contain or be manufactured with ozone-depleting substances. (b) 52.223-12, Refrigeration Equipment and Air Conditioners, in solicitations and contracts for services when the contract includes the maintenance, repair, or disposal of any equipment or appliance using ozone-depleting substances as a refrigerant, such as air conditioners, including motor vehicles, refrigerators, chillers, or freezers. Note: If the requiring activity does not provide the certification statement (usually located on the face of the PR), the contracting officer shall include the clause at 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs), in solicitations and contracts. (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 9 Sep 2010 no later than12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M1G70174A001 (xvi) Address questions to Kenya Hall, Contract Specialist, at (843) 963-5162 fax (843) 963-5183, email Kenya.Hall@charleston.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email Robert.Melton@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov. Attachment #1 Item Description CLIN Item Quantity Price 0001 PTZ Outdoor Dome Camera 2 EA 0002 4 Camera Video Relay Server 1 EA 0003 Relay Server Software 1 EA 0004 View Station Software 1 EA 0005 Mounting Bracket 2 EA 0006 NEMA 4 Enclosure with Wiring Harness 2 EA 0007 Configuration Management 1 LS TOTAL PTZ Outdoor Dome Camera - PoE Color camera with 36x optical zoom. Automatic focus, auto iris, and low-light (0.01lux) function. Pan (360 degrees) and tilt (0 to 90 degrees). Enclosed in an outdoor dome with automatic heater/defogger. Includes ultra-high power PoE injector. 4 Camera Video Relay Server - Intel Pentium Duo Core 3.2 GHz with 4GB RAM DVDROM/CDRW, 500 GB HDD Keyboard and mouse. Windows Server 2003. System configuration and software preload. Relay Server Software - Provides single IP access and control up to 4 IVC (or EQUAL) IP addressable cameras. View Station Software - Software for viewing stations; allows automatic touring, multiple-view displays on a single computer. Mounting Bracket - Parapet style roof mount for PTZ camera. NEMA 4 Enclosure with wiring harness for PTZ camera. Configuration Management - Configuration and Programming of Relay Server. Programming all IP cameras, assignment of IP addresses, establishment of panoramas and presets. All expenses (Licensing, labor, etc.) included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M1G70174A001/listing.html)
 
Place of Performance
Address: Charlesont AFB, North Auxiliary Air Field, Gate Road, Orange County, North, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02259769-W 20100901/100830234736-55758c2c5e8ec772d7c6d453eb395069 (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.