Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

58 -- Replacement of various components of Velocity Access Control Systems and Replacement of various components of Closed Circuit Television (CCTV) systems service

Notice Date
7/6/2020 10:01:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z028-20-Q-2F35600
 
Response Due
7/24/2020 12:00:00 PM
 
Archive Date
08/08/2020
 
Point of Contact
Mr. Robert Hanlon, Phone: 783-298-7237, LCDR Christopher Rogers, Phone: (305) 415-6715
 
E-Mail Address
Robert.J.Hanlon@uscg.mil, Christopher.A.Rogers@uscg.mil
(Robert.J.Hanlon@uscg.mil, Christopher.A.Rogers@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for Replacement of various components of Velocity Access Control Systems and Replacement of various components of Closed Circuit Television (CCTV) systems service. This synopsis/solicitation is being advertised as a Small Business Set Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. � The solicitation number is 70Z028-20-Q-2F35600. � � Applicable North American Industry Classification Standard (NAICS) codes are: 238210 Electrical Contractors and Other Wiring Installation Contractors, size standard: $15.0 Mil. � This requirement is for a Firm Fixed Price contract. �The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and FAR part 15. � 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, Best Value. � When submitting your proposals, request a price breakdown of the following: Cost of labor and supervision for installation Cost of materials and equipment required per SOW � Contract will be awarded to the vendor who can provide similar equipment required within the SOW and installation of equipment within the timeframe needed by units.� Cost and Past Performance factors will also be considered when selecting the award. � Anticipated award date: 7 days after close of solicitation, OOA 10 July 2020 � Quotes are to be received no later than close of business (3:00 PM) on 03 July 2020. � Faxed quotations will NOT be accepted. Quotes are to be emailed to the Contracting Officer Mr. Mehdi Bouayad at this email address. �Mehdi.Bouayad@USCG.MIL � OR � Quotations can be sent via the US Postal Service or hand delivered should be sent to: � Commanding Officer USCG Base Miami Beach (P&C) Attn: Mehdi Bouayad 909 SE 1st Ave, Room 512 Miami, FL 33131. � Telephone requests of quotes, will NOT be accepted, a formal notice of changes (if applicable) will be issued in FEDBIZOPS (www.fbo.gov). � � Wage determinations:� General Decision Number: FL 2015-4544 dated May 1, 2020 � Price Range: NTE $55K � � SCOPE OF WORK:� Contractor to provide all labor, supervision, materials and equipment for Replacement of various components of Velocity Access Control Systems and Replacement of various components of Closed Circuit Television (CCTV) systems service See attached SOW�s for details. � Location of Work: 909 SE 1st Ave, Miami, FL, 33131 � Performance Period: �Performance of work is expected to commence within 10 days after award is provided to contactor. � � Site visit:� Prospective bidders are highly encouraged to arrange a site visit to verify the requirements within the SOW. Prospective bidders should contact Mr. Robert Hanlon via email, Robert.J.Hanlon@uscg.mil or via phone at 783-298-7237 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020) 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020) 52.212-4 Contract Terms and Conditions�Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020) � 52.222-41 Service Contract Labor Standards (Aug 2018) � Work hours:� Monday through Friday, 0800 � 1500 (8 am � 3 pm) No weekends or Holidays. � See attached FAR provisions/clauses which apply to this solicitation.� Offeror�s may obtain full text version of these clauses electronically at: www.arnet.gov/far Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. � Vendors providing an offer must be registered in SAM (System for Award Management) prior to the close of this solicitation. https://www.sam.gov/portal/public/SAM/. � The vendors SAM registration must be in an �ACTIVE� status prior to submission of quote. � Vendors must ensure that the above listed NAICS code(s) are listed on their SAM registration to perform this type of service. � � Request Company�s tax ID information and Duns number. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. PLEASE SUPPLY ANSWERS FOR THE FOLLOWING APPLICABLE QUESTIONS: 1. Are Scaled Drawings available, if so please post.� None are available at this time. If they become available and are releasable, they will be posted. Vendors are highly encouraged to schedule a site visit to verify. 2. Are Ceilings Suspended? Or Hard Lid?� Suspended 3. Are there existing Cable Trays for wiring above ceilings? �There are not, existing cabling is held in place with zip ties above the veiling tiles. 4 .Can Existing Wiring be utilized? For the VICON Video Monitoring system, the existing wiring cannot be used. For this install, the existing wiring needs to be pulled as we are going from coax with a separate 24 VDC power line to cat 5 or 6 Power over Ethernet camera setup.� For the Velocity upgrade existing wiring can be used. 5. Is a �UPS� required? If so, What Time/Power Duration is required?� UPS�s are already in place as GFE. 6. Are �Or Equal� Equipment substitutions allowed? No due to upgrading existing installations. 7. Is �Plenum Wire� acceptable? Yes 8. Is �After Hours Access� for said work, available to contractor at no add�l cost to the Gov�t? No. 9. What is the height of Exterior Cameras? (If any) There are no exterior cameras. Cameras are only installed in ceiling tiles. 10. Please provide/post other �Q & A� requests. 11.Please provide a list of equipment to be installed. Contractor shall provide all equipment not otherwise identified as GFE in the SOW. A site visit is highly encouraged to verify requirements. However, major components include the following: - Hirsch SNIB3 upgrade to support Windows 10, - 2 Windows 10 clients as detailed in SOW - 1 Hirsch Command & Control Module � Flash, - 15 Vicon cameras model V842D-28IR, - 15 Vicon VLR-VPRO-LIC - 1 Vicon Valerus server model VLR-14TB-A, - 1 Power Over Ethernet switch and - Any software required to make the system operational with - 1 Hirsch Identiv Server model HMS-L1R-FP. - Upgrade Protection Plan VLR-PRO-PP Access control How many doors are there?� We do not believe this is relevant to the work statement. We are looking to upgrade the software to the latest version (client, server, SNIB) to enable compatibility with Windows 10 Pro. How many panels do they have? 4 panels (currently uses SNIB2) Are all panels centrally located? Yes How old is the system? Included doors, panels, readers, and power supply.� The last upgrade to the system was to upgrade to the SNIB2. ��������������� � �� CCTV Can you please provide us a site map or architecture drawing? Not at this time. A site visit is highly encouraged. � Do you need 24 hours continuously recording or prefer to be on motion? 24 hours continuously recording. Can you please clarify distance to target for each camera to find the best resolution for identification? 12 cameras 10 feet to target.� 3 cameras 20 feet to target. The existing system is analog? Yes What kind of cabling are the existing camera using? Coax and a separate 24 VDC. Existing COAX/24VDC cabling must be removed per SOW.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a9714bb9e79f467085afe1b6fa469267/view)
 
Place of Performance
Address: Miami, FL 33131, USA
Zip Code: 33131
Country: USA
 
Record
SN05712292-F 20200708/200706230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.