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 -- CCTV Systems at 5 SSA Locations in North Dakota

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
 
ZIP Code
19106
 
Solicitation Number
HSHQW8-10-Q-00012
 
Archive Date
10/2/2010
 
Point of Contact
Jennifer Goss, Phone: 253-815-4101
 
E-Mail Address
Jennifer.Goss@dhs.gov
(Jennifer.Goss@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Department of Homeland Security (DHS), National Protection and Programs Directorate (NPPD), Federal Protective Service (FPS) is issuing this competitive Request for Quotation (RFQ) for the purpose of awarding a firm-fixed price contract. This contract will be for the installation of new CCTV systems and enhancements to IDS systems, where needed, at the following North Dakota Social Security Administration (SSA) buildings: GSA Building # Address City ND1247ZZ 266 First Avenue West, Dickinson, ND 58601 ND1251ZZ 221 Second Street West, Devil's Lake, ND 58301 ND1340ZZ 300 Second Avenue NE, Jamestown, ND 58401 ND0014ZZ 100 First Street SW MR104, Minot, ND 58701 ND0046ZZ 657 Second Avenue N Rm 230, Fargo, ND 58102 1. Vendors are requested to submit quotes in response to this RFQ via e-mail to WestCCG@dhs.gov by the date and time stated in block 8 of the SF 1449. Failure to submit a response by the time and date established shall result in the quote not being considered. 2. Quotes must include a total price for all requirements specified in the SOW to include labor, supervision, material/equipment, training, and standard commercial warranty. 3. Site visits have been scheduled for the five locations at the dates and times specified below. A. Location: SSA, 300 Second Avenue NE, Jamestown, ND 58401 Date and Time: 09/07/2010 at 9:00 AM MT FPS POC: Inspector Michael Beauchane, Phone: (701) 239-5054 B. Location: SSA, 266 First Avenue West, Dickinson, ND 58601 Date and Time: 09/07/2010 at 3:00 PM MT FPS POC: Inspector Michael Beauchane, Phone: (701) 239-5054 C. Location: SSA, 100 First Street SW MR104, Minot, ND 58701 Date and Time: 09/08/2010 at 9:30 AM MT FPS POC: Inspector Michael Beauchane, Phone: (701) 239-5054 D. Location: SSA, 221 Second Street West, Devil's Lake, ND 58301 Date and Time: 09/09/2010 at 1:00 PM MT FPS POC: Inspector Michael Beauchane, Phone: (701) 239-5054 E. Location: SSA, 657 Second Avenue N Rm 230, Fargo, ND 58102 Date and Time: 09/10/2010 at 9:00 AM MT FPS POC: Inspector Michael Beauchane, Phone: (701) 239-5054 It is highly recommended that contractors visit the work site and take such other steps as may be reasonable or necessary to ascertain the nature and location of the work to be performed and the general and local conditions which can affect the work or the cost thereof. Failure to attend the site visits will not relieve the contractor of the responsibility for estimating properly the complexity or cost of successfully performing the work. If planning to attend the site visits, contact Inspector Beauchane no later than September 3, 2010, 2:00 PM MT. Upon arrival, please check-in at the front desk and Inspector Beauchane will meet you there promptly at the time specified. 4. The SOW and terms and conditions of the RFQ are attached. All new equipment and related operating components are not required to be brand name specific; however, substitutions shall be explicitly stated and conform to the same or better standards and provide at least the same or better level of quality and service as the specified equipment. The Department of Homeland Security (DHS), Federal Protective Service Division (FPSD) reserves to itself the authority for making technical determinations on the equivalence or acceptability of any security product or security system component for any security system installed or monitored by the DHS. Vendors shall guarantee that all proposed equipment and operating components shall seamlessly interface with the existing systems. 5. Questions regarding this RFQ shall be submitted in writing to Jennifer Goss via e-mail at jennifer.goss@dhs.gov no later than September 14, 2010, 3:00 PM PST. Questions will not be accepted until after the site visits. 6. Contractors are requested to complete the Online Representations and Certifications at https://orca.bpn.gov/login.aspx. 7. By submitting quotations, contractors agree to comply with all terms and conditions as set forth in this request for quotation including the Statement of Work (SOW). 8. Price Quote: The overall price quote shall be submitted using the RFQ Standard Form (SF) 1449. A price breakdown shall also be included with the SF 1449. Offerors are required to submit a fixed price inclusive of all direct and indirect costs, and other costs associated with providing the services described in the SOW, and profit. Prices will be examined to determine reasonableness based on the requirements as established in the RFQ. 9. Basis for Selection: Award will be made to a single Offeror. FPS will select the responsible Offeror whose quote, in conforming to the RFQ, provides the overall best value to the meet the Government's requirements, price and past performance considered. The following evaluation criteria will be utilized. The non-price technical factor is Past Performance. The non-price factor is considered equally as important as price. Past Performance: Prospective Offeror's must have performed successfully under similar work within the last three years to be considered for award. Offerors must submit a description of the work performed and references to be verified by the Government. If work performed can not be verified or any references indentify unsuccessful performance, the offer submitted will be removed for further consideration. Information provided in response to this factor will assist the Government in determining how an Offeror's past and present performance on other project/contacts predicts the likelihood of successful performance in performing the work under this RFQ. Offerors shall include references for each submitted project/contract. Offerors shall submit three (3) projects/contracts (not to exceed a total of 2 pages for all three (3) projects) that are similar in size, scope, and complexity to the RFQ's requirements, each of which provides the required past performance information. The government reserves the right to obtain information for use in the evaluation of past performance from sources other than those identified by the Offeror. When providing the list of references, the following information shall be furnished: a. Company name/Point of Contact with Phone Number b. Service provided c. Contracting Agency/Customer d. Contract Dollar Value e. Period of Performance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/089e0d2629c03a25ab150ff5fa33a0e6)
 
Place of Performance
Address: 1. SSA, 300 Second Avenue NE, Jamestown, ND 58401, 2. SSA, 266 First Avenue West, Dickinson, ND 58601, 3. Judge Bruce M. Van Sickle FB & USCH, 100 First Street SW MR104, Minot, ND 58701, 4. Roosevelt Office Park Building, 221 Second Street West, Devil's Lake, ND 58301, 5. SSA, 657 Second Avenue N Rm 230, Fargo, ND 58102, North Dakota, United States
 
Record
SN02260814-W 20100901/100830235624-089e0d2629c03a25ab150ff5fa33a0e6 (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.