Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
MODIFICATION

63 -- Security Cameras/ Installation for the Child Development Center

Notice Date
9/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-SMD-0010
 
Archive Date
10/7/2011
 
Point of Contact
Shea Michael Degruy, Phone: 7577642926, Saundra V. Diggs, Phone: 7577649059
 
E-Mail Address
shea.degruy@langley.af.mil, saundra.diggs@langley.af.mil
(shea.degruy@langley.af.mil, saundra.diggs@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-11-SMD-0010. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This acquisition is set-aside for small businesses. The associated NAICS code is 561621 with a $12.5 million size standard. This RFQ contains 17 line item. The line item description is as follows: CLIN 0001 : MX-Q24M-SEC-D11 Camera, 360 degree coverage, hemispheric, 3-mega pixel color resolution, 2 way audio (VOIP), 4GB memory stick slot, discreet look, ceiling or wall mount. Quantity 21 CLIN 0002 : In-Ceiling set for camera mounting Quantity 20 CLIN 0003 : Camera wall mount, 10 degree tilt Quantity 1 CLIN 0004 : MX-D14i-SEC-180 Camera, outdoor, 180 degree surveillance, day Quantity 3 CLIN 0005 : MX-D14Di-SEC Camera body housing Quantity 2 CLIN 0006 : MX-D14-Module-D22 Camera, day sensor Quantity 2 CLIN 0007 : MX-D14-Module-D43 Camera, day sensor Quantity2 CLIN 0008 : MX-OPT-WH Wall Mount Kit for camera Quantity2 CLIN 0009 : MX-OPT-WHMH Outdoor Wall Mount & Pole/corner mount set Quantity3 CLIN 0010 : Server, Triple monitor control compact PC; Inter Quad Core System, Intel P55 Chipset w/Crossfire, 4GB DDR3 133Mhz Memory, WD 250 GB 7200 RPM 16MB HDD, 24x DVD+/-RW Sata Optical Drive, MS Windows 7 Professional, 3Year Parts & Labor Warranty Quantity1 CLIN 0011 : Web Smart 24 Port 1/100 PoE Switch Quantity1 CLIN 0012 : 5P FE Switch/4P PoE, 65w, 1 additional port for uplink Quantity1 CLIN 0013 : Cat 5e Cable for indoor wring, 1000ft per box-blue Quantity 5 CLIN 0014 : Cat 5e 24 gauge, 4pr 1000, black, direct buria Quantity 1 CLIN 0015 : 2 Bay Network Storage Enclosure Quantity 1 CLIN 0016 : Misc Installation items (patch cords, brackets, panels, cat5 jack, misc parts) Quantity 1 CLIN 0017 : Installation, Labor & Training for Langley AFB. Full installation of all equipment, wiring and computer. Training on proper use of system up to 6 staff. Travel expenses for 4 personnel. Quantity 1 Service Description: The Contractor shall provide and install Close-Circuit TV (CCTV) cameras in General Russ Child Development Center on Langley AFB. The project consists of furnishing all design, labor, supplies, equipment, supervision and materials in the installation of equipment to tie into existing flat screen monitors. Wire and cable and all associated connectors and shall be installed in accordance with manufacturer's specifications. The shop drawings will include drawings of the building identifying all components, modules, peripheral devices and wiring detail. All equipment shall have the manufacturers name and logotype label. The contractor shall provide all devices and components required to accomplish the installation of a fully functional system. Cameras will be installed in each of the Center's 18 classrooms, lobby area, hallways and outdoor play areas. Cameras should be properly positioned in each classroom/area to eliminate most blind spots when that area is viewed on a monitor. Head end viewing/recording/control equipment will be installed in the lobby area in the vicinity of the customer service desk. PROVISIONS/CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be emailed to POC Shea Degruy at shea.degruy@langley.af.mil or delivered to 633D CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. SITE VISIT: Site visits will be conducted to give all parties the opportunity to view the site, take measurements, and ask questions about the requirement. This will be the only opportunity to talk to the customer directly. The site visit will be held on September 19, 2011 at 9:00 am EST. All interested vendors shall send the names of all individuals attending to Shea Degruy (shea.degruy@langley.af.mil) by email by September 16, 2011 at 2:00pm. There is a one person limit per company for this visit. After the site visit all questions must be submitted in writing to the Shea Degruy (shea.degruy@langley.af.mil) by September 20, 2011 at 2:00 pm EST. Answers to these questions will be posted to all interested parties. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW FAR 52.212-2. Evaluation will be a "Lowest Price Technically Acceptable" determination. Quotes must be signed, dated and submitted by September 22, 2011, 4:00pm, Eastern Standard Time (EST) to the 633D Contracting Squadron/LGCA, Attn:Shea DeGruy, Contract Administrator, Commercial Phone 757-764-2926, Fax 757-225-7447, E-mail shea.degruy@langley.af.mil, All contractors must be registered in ORCA,https://orca.bpn.gov/, and Central Contractor Registration, http://www.ccr.gov, database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA Contract No. (If applicable), Date offer expires, warranty, Line item unit price, and Total cost. WARRANTY: A minimum of a one-year warranty on all materials, parts and labor in addition to any existing Manufacturer's warranty on installed equipment. POINT OF CONTACT Shea DeGruy Contract Administrator, Phone 757-764-2926, shea.degruy@langley.af.mil Email your questions to Shea DeGruy at shea.degruy@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-SMD-0010/listing.html)
 
Place of Performance
Address: Russ Child Development Center, 117 Burrell Loop Rd, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02580446-W 20110918/110917000226-941385547baa9c813ea1eaf8c0d1f521 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.