Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

63 -- IDS, Duress & CCTV System/Equipment - Houma LA

Notice Date
3/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1901 North Highway 360, Sutie 500, Grand Prairie, TX 75050
 
ZIP Code
75050
 
Solicitation Number
HSHQC7-12-Q-00004
 
Response Due
3/19/2012
 
Archive Date
9/15/2012
 
Point of Contact
Name: Lavonda Adams-Krop, Title: Contract Specialist, Phone: 8176496240, Fax:
 
E-Mail Address
lavonda.krop@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is HSHQC7-12-Q-00004 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 2005-56. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.50M.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 2012-03-19 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Office of Procurement Operations requires the following items, Brand Name or Equal, to the following: LI 001, CCTV System: Provide and install (1) one 16-Channel Color Digital Video Recorder (DVR) with a built-in DVD burner with at least a 1 Terabit Hard Drive or larger for video storage in a rack in the DCR Room., 1, EA; LI 002, CCTV System: Provide and install (1) one 4 Channel Video Distribution Amplifier to be located in the Rack in the DCR Room., 1, EA; LI 003, CCTV System: Provide and install (6) six 19? Color Flat Screen LCD Monitors. One at the Guards Desk, One in the DCR Room for the DVR, One in the District Managers Office on a wall mount, One in the Managers Office on a wall mount, and One at the Employee Entrance on a Wall Mount and One at the Delivery Door on Wall Mount., 6, EA; LI 004, CCTV System: Provide and Install (16) Sixteen Color Mini Dome Cameras in the following areas., 16, EA; LI 005, CCTV System: Provide and Install five (5) in the main Reception Area one(1) facing toward the Front doors; and two (2) looking down the halls at the Interview Windows; and one (1) by the Guard Station looking back at the front four Interview Windows; and one (1) by Private Interview Room looking back across the waiting room., 5, EA; LI 006, CCTV System: Provide and Install (11) Eleven Exterior Cameras covering the areas as per drawing. Cameras # 9 and # 6 are looking at the Employee entry Door and the Delivery Door and the Video will be showing on the Monitors at those doors., 11, EA; LI 007, CCTV System: Provide and Install (1) Rack Mounted 16 Camera 24VAC Power Supply in the Rack in the DCR Room., 1, EA; LI 008, CCTV System: Provide and Install (1) 48? Rack with Casters to house the DVR, Surge Protector and Video Amplifier and Power Supply in the DCR Room., 1, EA; LI 009, CCTV System: Provide and Install (1) One UPS for the CCTV System and with (1) 16 Channel B&C Surge Protector to be located in the DCR Room., 1, EA; LI 010, IDS System: Provide and Replace Thirty-Two (32) Wireless Duress Buttons with Hard wired Buttons at each Interview Window, Private Interview Room, ADM Office and Managers Office all assigned to Partition #2 (24 hour local) non- reporting., 32, EA; LI 011, IDS System: Provide and Install Twelve (12) 360 Degree Duel Tech Motion Detectors to be located in the main traffic areas and any room having windows., 12, EA; LI 012, IDS System: Provide and Install at Least Eight (8) Eight Zone Expanders to the System., 8, EA; LI 013, IDS System: Provide and Install One (1) 12VDC Power Supply for the Alarm Devices., 1, EA; LI 014, IDS System: All Zones will have an end of line resistor located at end of each device and not in the panel. All devices will be home run to the panel unless it is tied into a supervised polling loop in which case the resistor will be out at the device not in the Expander. >>> All Key Pads and LCD Monitors are subject to re-locate at the request of the Manager or the Contracting Officer or the COTR at no additional Cost to the Government prior to installation of devices., 1, LS; LI 015, CCTV/IDS/Dures System: Provide all Misc. Equipment and Parts: Provide all necessary equipment parts to install and make the system work. The Contractor shall remove and dispose of all old equipment in a proper and safe manner., 1, LS; 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, DHS Office of Procurement Operations 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. DHS Office of Procurement Operations 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Offeror must submit all requirede documents as attachments when submitting their quote. Attachments Required1. Copy - License where required by local/state regulations.2. Copy - Signed NonDisclosure Statement3. Copy - Liability Insurance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQC7-12-Q-00004/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02693932-W 20120314/120312234130-14f00829666d38df13883387c2efcafe (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.