Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

N -- Closed Circuit (CCTV) Surveillance System

Notice Date
8/8/2012
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH12R0058
 
Archive Date
11/6/2012
 
Point of Contact
Jared Acre, 301-619-9033
 
E-Mail Address
US Army Medical Research Acquisition Activity
(jared.acre@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Medical Acquisition Activity (USAMRAA) in support of the U.S. Army Garrison (USAG) has a requirement to acquire and install Closed Circuit (CCTV) Surveillance System at Forest Glen Annex. CCTV is a TV system in which signals are not publicly distributed but are monitor primarily for surveillance and security purpose. CCTV relies on strategic placement of cameras and private observation of the input on monitors. The system consists of monitor, cameras and video recorders that transmit over coaxial cable, fiber and wireless modes. Contractor shall furnish the design, engineering, as built drawing, all labor, and material equipment for the installation of a new Contractor Furnished Equipment (CUT) all weather outdoor Color Closed Circuit Security Surveillance TV (CCTV) System for Forest Glen Annex. The Contractor will replace the existing cameras at the Brookville and Linden Lane Gates entrance and exit gates on Forest Glen. These cameras will have the capability to provide real time video feed of vehicles license plates, driver and pedestrian images entering and exiting the installation. The contractor will be licensed by the State of Maryland or their State of Business operation for this type of work and shall have a sufficient number of qualified and experience personnel to perform the work in this contract. Proof of license is required at time of award for contractor and subcontractor it will be updated as changes occur. The contractor and their technicians shall confirm operability through coordinated performance test to insure that the system is fully operational and functional in accordance with all applicable Army Regulatory Guidance. This contract also includes the standard one year warranty and will record equipment serial numbers and submit to the manufacturer for coverage under the manufacturer warranty. The requirement is a 100% total Small Business Set-aside for offerors operating under NAICS code 238210, with a size standard of $13.0 million. Small Business set aside will be verified via the Small Business Administration. Proposals recieved from concerns that do not qualify as a Small Business Set aside shall be considered nonresponsive and shall be rejected. However, before rejecting a proposal otherwise eligible for awar because of questions concering the Small Business Set aside size representation associated with the above NAICS code, and SBA determination shall be obtained. Solicitation number W81XWH-12-R-0058 is anticipated for release to the vendor community on or about 13 August 2012 and proposals will be due on or about 12 September 2012. The magnitude of the requirement is between $250,000 and $500,000. A site visit will be held. The date of the site visit will be stated in the solicitation. No hard copies of the solicitation will be issued by this contracting office. The competitive solicitation, solicitation amendments and all questions and answers relating to this procurement shall be made available via the Internet at https://acquisition.army.mil/asfi/default.cfm or https://www.fbo.gov/. Potential offers are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, offerors MUST be registered with the Central Contractor Registry at https://www.bpn.gov/ccr/default.aspx. Telephone requests will not be honored and bidder lists will not be maintained. Potential offerors are required to direct all questions via email to jared.acre@amedd.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12R0058/listing.html)
 
Record
SN02831068-W 20120810/120808235942-337b295d221e8e6339d1502a7ce8a851 (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.