Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
MODIFICATION

70 -- Vehicle Camera Systems

Notice Date
9/15/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
Building 5700 Novosel St., Fort Rucker, AL 36362
 
ZIP Code
36362
 
Solicitation Number
W918VU0252NA33
 
Response Due
9/21/2010
 
Archive Date
3/20/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W918VU0252NA33 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-21 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Rucker, AL 36362 The USA ACC MICC Fort Rucker requires the following items, Brand Name or Equal, to the following: LI 001, Digital Patrol Camera Kit OR EQUAL. ***Please refer to attachment for item description., 8, EA; LI 002, Software Suite. Description: DP-2 Deluxe Software Suite, includes DVR, LCD, and MDT, part number 350-0014 OR EQUAL., 8, EA; LI 003, Data Storage Blade for DP2, OR EQUAL. Description: Data Storage Blade-2X120 GB Ruggedized HDD, part number 701-0000009BV3 OR EQUAL., 8, EA; LI 004, LCD Monitor for DP2 or EQUAL. ***Please refer to attachment for item description., 8, EA; LI 005, Front Camera. ***Please refer to attachment for item description., 8, EA; LI 006, Rear Camera. Description: Kit for low light color rear camera with overmolded cable, part number 700-0094V4 OR EQUAL ITEM. The Rear Camera is placed in the rear compartment of the vehicle in order to capture video of a prisoner. The rear camera must offer the following minimum features: Image Sensor: 1/3? CCD; Resolution: 420 lines color; Minimum Illumination: 0 lux; IR Array Range: 12 ft; Max Focal Length: 3.6 mm; Focus Adjustment: Set screw; Mount Width: 2.6 in. / 66 mm; Camera Color: Black., 8, EA; LI 007, Visor Mount. Description: Chevy Malibu visor mount to fit 2006-2010, part number 700-0060, OR EQUAL ITEM., 8, EA; LI 008, Docking Station. Description: 2 port wired docking station kit, includes pole mount and wall mount kits, part number 700-0022, OR EQUAL ITEM., 1, EA; LI 009, Storage Blade Download Adapter. Description: DP-2 storage blade download adapter kit, part number 700-0103 OR EQUAL ITEM., 1, EA; LI 010, Wireless Mic Transmitter. Description: EH Wireless Microphone transmitter kit, booklet, transmitter, pouch ext mic, part number 701-0000065 OR EQUAL ITEM., 8, EA; LI 011, Wireless Mic Receiver. Description: EH Wireless Microphone receiver kit, booklet, receiver mounting bracket, mounting screws, part number 701-0000066 OR EQUAL ITEM., 8, EA; LI 012, Wireless Mic Charger. Description: EH Wireless microphone home charger kit, booklet, power adapter charge cradle, part number 701-0000068 OR EQUAL ITEM., 8, EA; LI 013, Basic Install. Description: Basic DP install, includes crash sensor, brakes, light bar and basic DVR configuration, part number 275-0011 OR EQUAL., 8, EA; LI 014, System and Server Install. Description: New total DP system and server installation, includes S/W installation and configuration of 1 main server, 1 garage server, up to 5 DPView stations. Basic vehicle installation training, validation and configuration, upload, download, DVD burning test. Admin training for up to 2 people, end user training for up to 2 people to be conducted by on-site field engineer, part number 275-0036 OR EQUAL ITEM., 1, EA; LI 015, Shipping. Description: Shipping cost to Destination, DPS Attn: Jeffery Mortensen, Bldg 5001, Fort Rucker, AL 36362., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Rucker intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Rucker is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-33, 52.232-34. In addition, 52.243-1 Changes-- Fixed Price; 52.247-34 F.O.B. Destination will apply. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 52.204-6 Data Universal numbering System (DUNS) Number; 52.222-22, Previous Contracts and Compliance Reports; 52.243-1 Changes-- Fixed Price; 52.247-34 F.O.B. Destination will apply. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. DFARS 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting(AUG 1999) Full text versions of DFARS clauses/provisions may be found at http://www.acq.osd.mil/dpap/dars/dfars/html. 52.211-6 -- Brand Name or EqualAs prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2493f060af4706795cc81937fb8b58d8)
 
Place of Performance
Address: Fort Rucker, AL 36362
Zip Code: 36362-5000
 
Record
SN02282465-W 20100917/100915235633-2493f060af4706795cc81937fb8b58d8 (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.