Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

J -- Replacements and Upgrades to Security Surveillance Equipment and Cameras - INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - SPRO P.O. Box 368100 North Riverside Drive Anadarko OK 73005
 
ZIP Code
73005
 
Solicitation Number
A12PS00924
 
Response Due
5/4/2012
 
Archive Date
4/24/2013
 
Point of Contact
Susan Sutton Acquisition Support Contractor 6155646752 susan.sutton@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
J- Maintenance, Repair and/or Replace Equipment to the aging security surveillance recording headend equipment and security cameras, monitors/access control system at the Bureau of Indian Affairs, Eastern Oklahoma Regional Office. NOTICE OF INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE. Under the Buy Indian Act, 25 USC 47, as amended, offers under this solicitation are solicited only from eligible Indian economic enterprises that also must be a small business concerns. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is A12PS00924, which is issued as a Request for Quotation. Contractors must be registered in the Central Contractors Registration Database (CCR) to be eligible for contract award. A SITE VISIT IS SCHEDULED for Monday, April 30, 2012 at 1:00 PM CST. Interested offerors must attend at the Eastern Regional Office of the Bureau of Indian Affairs, 3100 W. Peak Blvd., Muskogee OK 74401. Failure to attend the site visit may result in rejection of an offeror's proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-56. This acquisition is an Indian total small business set aside under NAICS code 238210 and a small business size standard of $14 million. This RFQ contains one (1) line item to include all equipment, labor and incidentals to provide improved security surveillance equipment as follows: Note: Equipment must be compatible with the current equipment, offerors may proposal equivalent equipment if it meets all the specifications of the referenced brand equipment below. CCTV Equipment:Three DVRS to be upgraded and replaced with Panasonic 16-channel, H.264, 2 terabytes digital video recordsA Panasonic Video Matrix Integrated switcher is needed to work with the number of cameras and monitors currently in place. The video matrix will allow BIA to display any camera from any of the DVRs onto any one of the in place monitors. Solution must enable our security guards to group and display our cameras in a logical manner that will help them to more efficiently monitor the entire company campus and surveillance system. CCTV Surveillance System:There are two Panasonic box cameras D/N 2.8-12 mm with environmental/outdoor housings which need to be replaced.The Panasonic outdoor 30X optical zoon PTZ/SDIII/Day-Night camera in the front of the building shall also be replaced.Six 19" video monitors shall be replaced with View Z-26" flat panel widescreen LCD "A" commercial-grade CCTV BNC monitors with anti-glare/burn-in. Offeror shall also install seven wall-mounted tilting extension arm mounts with load capacity of 75 lbs to house the new monitors.One 13" video monitor in the property department shall be replaced with a View Z-26" flat panel LCD as described above. Access Control System:Two automatic motion detectors (PIR) shall be replaced with T-Rex PIR motion detectors.Two entrance/exit buttons inside security room that unlock the front doors shall be replaced. The contract will be a firm fixed priced contract for all work associated with this project. Offerors are required to demonstrate their proposed plan for accomplishing these objectives. The best acceptable technical approach by a responsible contractor at the lowest price will receive the award. Contractors will be required to schedule work with the BIA representative The provisions at 52.212-1, Instructions to Offerors-Commercial, and 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Evaluations factors will be Price and Technical Approach, with both factors being equally important. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Offeror's proposals shall include the following: 1.A technical approach to the job, including a list of all major equipment to be installed.2.A proposed schedule for completion of the project.3.A price to complete the job.4.Past performance information including a minimum of two recent similar projects and a CURRENT name and phone number of a point of contact at that job location.5. Offeror's DUNS number and a completed copy of FAR 52.212-3, Representations and Certifications which can be accessed at www.acquisition.gov/far.FAILURE TO PROVIDE ANY OF THE ABOVE ITEMS MAY RESULT IN REJECTION OF A SUBMITTED OFFER.The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and clause 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition:52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)52.219-28, Post Award Small Business Program Representation (April 2009)52.222-3, Convict Labor (Jun 2003)52.222-19, Child Labor - Cooperation with authorities and Remedies (Jan 2006)52.222-21, Prohibition of Segregated Facilities (Feb 1999)52.222-26, Equal Opportunity (Mar 2007)52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)52.223-18, Contractor Policy to Ban Text Messaging while Driving52.225-13, Restrictions on Certain Foreign Purchases (June 2008)52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)52.222-41, Service Contract Act of 1965, As Amended; Wage Determination WD 05-2433 (Rev.-11) posted on www.wdol.gov on 06/13/201152.222-42, Statement of Equivalent Rates for Federal Hires Questions are due no later than Wednesday, 2 May 2012. Offerors are due no later than close of business, Friday, 4 May 2012, and should be mailed to the Bureau of Indian Affairs, Eastern Region, Attn: Susan Sutton, 545 Marriott Drive, Suite 700, Nashville TN 37214 (1 Cy) and to Katie Stafford, 3100 W. Peak Blvd., Muskogee OK 74401 (1 Copy) FAXED or e-mailed proposals WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00924/listing.html)
 
Place of Performance
Address: Bureau of Indian Affairs Eastern Oklahoma Regional Office3100 W. Peak Boulevard, Muskogee OK
Zip Code: 74401
 
Record
SN02730041-W 20120426/120424235737-4fde6ca354474f703248e4310e3ca517 (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.