Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
MODIFICATION

70 -- Security Camera update

Notice Date
9/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3AQ1181AC02
 
Archive Date
10/7/2011
 
Point of Contact
Patricia M. Font, Phone: 210-652-8874, Vivian Fisher, Phone: 210 652-5171
 
E-Mail Address
patricia.font@randolph.af.mil, vivian.fisher@us.af.mil
(patricia.font@randolph.af.mil, vivian.fisher@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: This requirement is modified to delete items 22-24, microphone, speakers, and display. Only items 1-21 are now applicable to this requirement. Accordingly, the date and time for receipt of quotes is extended to 22 September 2011 at 2:00PM Central. The 902d Contracting Squadron at Randolph AFB, Texas has a requirement for: Replacement of Comm Closet Security Cameras, software, speakers, microphones in accordance with the specifications listed in the Description of Supplies. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. This solicitation is issued as Request for Quotation (RFQ) number F3P3AQ1181AC02 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. 4. The associated North American Industry Classification System Code (NAICS) is 334119; size standard 1,000 employees/dollars. 5. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Note: Funds will not be released until on or about 1 October 2011. Please ensure your quote remains effective through the 2nd week of October. 6. Description of Supplies: Item Description: APC SOLUTION # ISX795637-010 0001 InfrastruXure Central 5.x Standard Part# AP9470 Qty: 1 0002 InfrastruXure Central, 100 Node License Only Part# AP95100 Qty: 1 0003 APC NetBotz Surveillance 25 Node Pack Part # NBSV1025 Qty: 2 0004 APC Operations Manager 10 Rack License part# AP90010, Qty: 2 0005 APC Capacity Manager, 10 Rack License Part# AP9110, Qty: 3 0006 APC Change Manager, 10 Rack License Part # AP9710, Qty: 3 0007 APC NetBotz 455 Room Monitor with Camera (with 120/240V POE Injector Part# NBWL0456, Qty: 20 0008 APC NetBotz Camera Pod 160 Part #NBPD0160 Qty:20 0009 APC NetBotz Door Switch for Rooms or 3rd Party Racks - 50ft Part# NBES0302, Qty: 20 0010 APC NetBotz Spot Leak Sensor - 15ft Part: NBES0301, Qty: 12 0011 APC NetBotz USB Latching Repeater Cable, LSZH - 5M, Part# NBAC0213L Qty: 20. 0012 APC NetBotz Base - 2 Year Software Suppo, Part#NBWN0001, Qty: 20 0013 Extension - 1 Year Software Support Contract & 1 Year Hardware Warranty (NBWL0355/NBWL0455), Part: NBWN0003, QTY: 20 0014 APC NetBotz Advanced Software Pack #1, Part: NBWN0005, Qty: 20 0015 APC NetBotz Device Monitoring (Five Node) Pack, Part: NBWN0006, Qty:2 0016 3 - Year InfrastruXure Central Standard Part: WMS3YRSTD, QTY: 1 0017 3 - Year 100 Node InfrastrucXure Central Software Support Contract Part: WMS3YR100N, Qty:1 0018 Operations Manager, 1 year Software Main, Part#WOPS1YR10, Qty:2 0019 Capacity Mgr, 1 Year Software Maintenance Contract, 10 Racks Part: WCAM1YR10, Qty: 3 0020 Change Mgr, 1 Year Software Maintenance, Part: WCHM1YR10, Qty: 3 0021 Turnkey Software integration for the ISX Central and Operations-Capacity-see solution above Qty: 1 7. Desired Delivery is: 30 Days After Date of Contract. Delivery address is: 902CS/SC0 151 J. Street East Randolph AFB TX 78150 8. In accordance with the provision at 52.212-2, Evaluation -- Commercial Items, 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; 9. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 10. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman. 11. Payment information: Invoices for supplies/services rendered are submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Offerors shall self-register at the web site https://wawf.eb.mil. Training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. 12. 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. Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. 13. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. 14. All responsible sources may submit a quote. Written quotes must be received no later than 21 Sep 2011, 2:00 p.m. Central Time and reference the solicitation listed above. Late quotes/offers will not be considered. 15. Points of Contact: SFC Patricia Font, Contracting Specialist, Phone 210-652-8882 Fax 210-652-5135, Email: patricia.font@us.af.mil. Contracting Officer: Vivian Fisher, Phone 210-652-5171.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3AQ1181AC02/listing.html)
 
Place of Performance
Address: 902Cs-SCO, 151 J Street East, Randolph-AFB TX 78150, Universal City, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02586479-W 20110923/110922000307-c63b0d91e763bef1251617e1bfcf3e7f (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.