Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

Y -- El Paso, SBA Access Control

Notice Date
3/24/2011
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Texas/New Mexico Border Service Center (7PWB), 819 Taylor Street, Room 12B14, Fort Worth, Texas, 76102-6181
 
ZIP Code
76102-6181
 
Solicitation Number
7PS-11-0621
 
Point of Contact
Brian D. Herndon, Phone: (817) 978-7507, David A. Matthews, Phone: (817) 978-0229
 
E-Mail Address
brian.herndon@gsa.gov, david.matthews@gsa.gov
(brian.herndon@gsa.gov, david.matthews@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The location for this project is El Paso, TX at the Small Business Administration office at 10737 Gateway West,Suite 300, El Paso, TX 79935. In accordance with FAR 6.206(a), this procurement will be a 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) with the 238210 NAICS code. All responsible sources may submit a response which, if received in a timely manner, will be considered for award. In addition to a timely submission, offerors must also be registered in the Central Contractor Registration ( www.ccr.gov ), have a current DUNS number ( http://fedgov.dnb.com/webform ), have a current Online Representations and Certification ( https://orca.bpn.gov, and be a SDVOSB with the NAICS code 238210. The General Services Administration will issue the solicitation for this project in an electronic format on this site on or about Wednesday, April 6, 2011 and it will remain posted for a period of no more than thirty (30) days after issuance. The General Services Administration will be seeking a contractor to prov id e al l n e c essa r y l a b o r, materials, e q ui pment a nd s upe rvis i o n required t o c o m ple t e the Access Control System in a c co rdance with the pl a ns, sp e ci f ic a ti o n s and scope of work. The work will include, but is not limited to the follo w in g : •1. An access control system with multiple zones. The system must have the capability of providing programmable access cards and readers. The system is to include a card printer capable of printing and programming the cards. The programming must be set up to allow controlled access to any or all doorways where the equipment is installed. The Controller is to be installed at a location designated by SBA. •2. Provide and install all necessary hardware, card readers, locking devices and miscellaneous equipment for a total of 9 doors. (7 Exterior doors and 2 interior doors) •3. Low voltage control wiring for a complete system from the control center to all controlled doors. Include transformers as necessary to provide the low voltage power where needed. •4. All electrical work necessary to accommodate the needs of the system. •5. All wiring for electrical or controls must be run concealed in the ceiling or walls. •6. Remove and replace ceiling as necessary in areas where cabling is installed. •7. Patch and/or repair wall surfaces as necessary where hardware and devices have been installed. •8. Once the system is operational, provide training to key personnel on the use and programming capabilities of the system. The Contractor shall provide a base proposal with a detailed cost breakout. The cost breakout shall be formatted per the Construction Specification Institute (CSI) divisions of work. The magnitude of this project, in accordance with FAR 36.204, is estimated to be between $25,000.00 and $100,000.00. Subsequent to contract award, and in accordance with the Miller Act, a Payment Bond or an Irrevocable Letter of Credit will be required. The required Period of Performance is 30 days following the issuance of the Notice to Proceed (NTP) by the Contracting Officer. The NTP will not be issued until the Payment Bond/Irrevocable Letter of Credit is received and all Contractor Security Clearances are complete. No offers from other than SDVOB concerns will be considered for award. Liquidated Damages will be assessed in the amount of eighty dollars ($80.00) per day of delay beyond the thirty (30) calendar day time frame. If you have questions, please call Brian Herndon at (817) 978-7507 or e-mail him at brian.herndon@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PWB/7PS-11-0621/listing.html)
 
Place of Performance
Address: 10737 Gateway West,Suite 300, El Paso, Texas, 79935, United States
Zip Code: 79935
 
Record
SN02408243-W 20110326/110324234252-01b748d1413dd6556ccd5e0839c460b0 (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.