Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOLICITATION NOTICE

63 -- V5 Vindicator Intruder Detection System - Other than Full and Open - Approved List

Notice Date
6/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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
F2QF312151AG01
 
Archive Date
7/5/2012
 
Point of Contact
Justin D. Scherer, Phone: 7577645802, Elaine Ashe, Phone: 757-764-8619
 
E-Mail Address
justin.scherer@langley.af.mil, elaine.ashe@langley.af.mil
(justin.scherer@langley.af.mil, elaine.ashe@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This list contains all approved hardware for Langley AFB. The Brand name Justification. REQUEST FOR QUOTATIONS Issued By: 633d Contracting Squadron/LGCA 13 June 2012 74 Nealy Avenue Langley AFB, VA 23665 RFQ NUMBER: F2QF312151AG01 TITLE: Install Vindicator V5 Intruder Detection System This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ F2QF312151AG01 in response to this solicitation. This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a)(13). This acquisition is set-aside for SB under NAICS code 561621 with a $12.5 Million size standard. Please submit a quote for the items listed below: We require the Vindicator V5 Intruder detection system to be installed in one room. The alarm system must include: Install a UL certified Vindicator panel and key pad. Panel is required to be tamper resistant and communicate over NIPR net. The room is required to have two lines of sensors. Motion and a balance magnetic switch, both tamper resistant providing complete area coverage. Contractor must coordinate with communication squadron 3weeks ahead of finishing installation to schedule the configuration of switch port. Once the system has been deemed operational by alarm system installer, complete burn in test and have results verified prior to final certification. If you have a question about what must be accomplished to receive certification please contact Mr. Fowler at the 633 Security Forces squadron at 757-764-5479. The Contractor, at all times, shall maintain a clean and organized worksite, shall furnish all tools required, and is fully responsible for their protection and security. The approved hardware for this requirement must be from the attached approved list. The room itself is 16 feet 4 inches by 10 feet 5 inches (206 square feet total). The walls are constructed of concrete masonry units. The south and west walls are constructed of 4" metal studs with ½ gypsum board on both sides. All walls extend from the true floor to the bottom of the ceiling. Floor is constructed of 6" thick reinforced concrete slab on grade. Roof is constructed of reinforced beam and bond and concrete slab. The walls, floor, and roof meets the requirements of DOD 5200.1-R, appendix G. The ceiling is constructed of reinforced concrete slab which meets the requirements of DOD 5200.1-R, appendix G. The secondary ceiling is a 2x2 acoustical tile and aluminum grid system. The doors swing into the room which conceals the hinges from being tampered with on the outside. The door is solid wood core construction, with an automatic door closure, no magnetic closure sensors. The door lock is a best 7 pin cylinder and lever door. There are no windows. The required delivery date is 45 days after date of contract. FOB point is Destination. All quotes must be emailed to POC SSgt Justin Scherer at 633 CONS/LGCA by 20 June 2012, 4:00 pm, Eastern Standard Time (EST). All contractors must be registered in the 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, Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price. BASIS FOR AWARD: IAW FAR 13.106-1(a)(2) award will be made to the offeror who represents the best value to the Government. The following evaluation factor(s) will be used to determine best value: Price and technical capability of the item offered to meet the Government requirement. PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR provisions and clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-2 -- Evaluation -- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.228-5, Work on Government Installation The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.232.7102, Levies on Contract Payments The following AFFARS provisions and clauses are applicable to this solicitation: 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations POINTS OF CONTACT SSgt Justin Scherer, Contract Specialist, Phone 757-764-5802, Fax 757-764-7447, Justin.Scherer@langley.af.mil Elaine Ashe, Contracting Officer, Phone 757- 764-8619, Fax 757-764-7447, elaine.ashe@us.af.mil Email any questions to SSgt Justin Scherer at Justin.Scherer@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/F2QF312151AG01/listing.html)
 
Place of Performance
Address: Langley AFB, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02774214-W 20120615/120613235052-a471998492276259bae3a27c3bd84ff4 (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.