Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2003 FBO #0458
SOURCES SOUGHT

63 -- Video Monitoring System

Notice Date
3/3/2003
 
Notice Type
Sources Sought
 
Contracting Office
ACA, Carlisle Barracks, Directorate of Contracting, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072
 
ZIP Code
17013-5072
 
Solicitation Number
DABJ01-03-T-0137
 
Archive Date
5/17/2003
 
Point of Contact
Kelly Cluck, 717-245-3961
 
E-Mail Address
Email your questions to ACA, Carlisle Barracks
(kelly.cluck@carlisle.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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; quotes are bein g requested and a written solicitation will not be issued. Solicitation No: DABJ01-03-T-0137 is issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is set-aside for small business. The NAICS Code is 561621. Small business size standard is $10.5 million. Requirement: The US Army Garrison, HQ, Carlisle Barracks is soliciting quotes to provide and install a Video Monitoring System in Thorpe Hall (Bldg 23), Carlisle Barracks, PA. All items shall be installed within 45 days after receipt of purchase order. Wage Determination #94-2447 (Rev 21) will apply to this order. All cameras shall be Phillips Color, high resolution fixe d cameras with vari-focal lenses for precise aiming and flexibility or equal. A central located multi-camera power supply will drive all cameras. Ground Floor/Lobby: Provide and install one (1) Phillips DME6RCS38, Ceiling flush mounted dome camera with 3 -6mm varifocal lens. Ground Floor/Exit to Tennis Courts: Provide and install one (1) Phillips LtC0455 indoor camera, 2,8-10mm varifocal lens, and universal mount. Ground Floor/Weight Room: Provide and install two (2) Phillips LTC0455 indoor cameras, 2.8- 10mm varifocal lens, universal mount and protective housing. Gymnasium/viewing both Exit Doors: Provide and install two (2) Phillips G3 series, wall mounted dome cameras with varifocal lens. Domes will be white with smoked lens cover. Gymnasium/ Viewing Track: Provide and install two (2) G3 series, indoor, wall mounted dome cameras with varifocal lens. Domes will be white with smoked lens cover. Cameras will be installed on opposite sides of track. Tennis Court: Provide and install two (2) G3 series, outdoor, wall mounted dome cameras with varifocal lens. 2nd Floor/Cardiovascular Room: Provide and install three (3) Phillips DME6RCS38, Ceiling flush mounted dome cameras with 3-6mm varifocal lens. Two will cover CV room, one will cover elevator entran ce. 3rd Floor/Activities Room: Provide and install three (3) Phillips DME6RCS38, Ceiling, flush mounted dome cameras with 3-6mm varifocal lens. Two will cover activities room, one will cover elevator entrance. Digital Recorder: Provide and install one ( 1) Phillips DVR1EP2, 160GB Digital Recorder or equal with Ethernet/Networking capabilities. Remote view software will be installed by the contractor, on five (5) PC/s during installation. This software will be government property, and any other PC that ne eds this capability can be added at a future date. Dedicated Ethernet data drop will be required at Service Desk building 23. The government will provide the data drop. Duplex Multiplexer: Provide and install one (1) Phillips 16 Channel, multi camera, du plex Multiplexer or equal. This device will be installed at Service Desk in building #23. Monitor: Provide and install one (1) Phillips 14? High Resolution Color monitor or equal, complete with adjustable wall mount. Monitor will be installed as Service Desk in Building #23. Cabling: All system cabling will be installed by the contractor. A ll exposed cabling shall be installed and protected in EMT Conduit, terminating into single gang junction boxes at camera locations. All electrical work shall conform to the National Electric Standards. The new components will be under full warranty for a period of one year after installation. This includes site service if needed, at no additional cost. Provide personnel training within 10 days of completion, at no additional cost. All operations instructions will be organized into a notebook for future reference. Provide complete system documentation, including opera tion manuals, schematic diagrams, and cabling matrices to the engineering and facilities department for their use and reference. System must be fully operational upon completion of work. The following clauses apply to this solicitation: FAR 52.212-1 (Instructions to Offerors-Commercial); FAR 52.212-2 (Evaluation ?Commercial Items) The evaluation factors are lowest price technically acceptable. An offer must first be determined to be tec hnically acceptable to be considered for award, and then price becomes the controlling factor among those offers rated technically acceptable. Award will be made to the lowest priced technically acceptable offer.; FAR 52.212-3 Offeror Representations & Ce rtifications-Commercial Items, (Offerors are required to complete all the certifications as listed in this reference and submit it with your offer. Copy of the form can be requested from the POC listed herein or are available at the Internet site www.arne t.gov/far; FAR 52.212-4 (Contract Terms & Conditions-Commercial Items will applies to this acquisition; FAR 52-212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders ?Commercial Items, (appropriate clauses will be defined at time of award), FAR 52.212-7001 (appropriate clauses will be defined at time of award), FAR 52.204-7004 (Required Central Contractor Registration); FAR 52.211-6 (Brand Name or Equal) It is essential that offerors provide sufficient technical literature, i n order for the Government to evaluate your offer Clearly identify the item by Brand name, if any and make or model number. A site visit will be held Tuesday, 11 March 2003 at 10:00 am. Contractors should report to the Contracting Office, 314 Lovell Ave, Carlisle Barracks, PA. Written quotes shall be submitted to Kelly Cluck at the address provided herein or via fax to (717) 245-3053, or email to Kelly.cluck@carlisle.army.mil. Written quotations must be provided no later than March 18, 2003, in order to receive consideration. To be eligible for award, contractor must be registered in the Central Contractor Registration (CCR). You can get registered via the Internet at www.ccr.gov or by calling 888-227-2423. Number Note 1 applies.
 
Place of Performance
Address: ACA, Carlisle Barracks Directorate of Contracting, 314 Lovell Avenue, Suite 1 Carlisle Barracks PA
Zip Code: 17013-5072
Country: US
 
Record
SN00268155-W 20030305/030303213352 (fbodaily.com)
 
Source
FedBizOpps.gov 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.