Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

63 -- UPGRADE OF CASI-RUSCO SECURITY ALARM SYSTEM, INSTALLATION AND TRAINING

Notice Date
4/26/2000
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
F44650-00-T0123
 
Response Due
5/10/2000
 
Point of Contact
Lois Nicholson, Contracts Manager, Phone (757) 764-4726, Fax (757) 764-9773, Email lois.nicholson@langley.af.mil
 
E-Mail Address
Lois Nicholson
(lois.nicholson@langley.af.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-15 and Defense FAR Supplement (DFARS) Change Notice 20000413. The standard industry classification code is 7382, Security Systems Services and the small business size standard is $9M. This procurement is being conducted as a total small business set-aside. This combined synopsis/solicitation is for the procurement of required parts, equipment and installation to provide upgrade to the CASI-RUSCO Security Alarm systems at Langley AFB, VA, currently being maintained by Digital Applications, Inc. The following items are required: FOR THE PORTRAIT PERFECT VIDEO BADGING SYSTEM: Line Item 0001 Portrait Perfect-Integrated Ver 2.3.1, Win95, Host OS, UnixWare Ver 2.1.1, Includes Photo Import Ver 1.5.X, English 1 EA; Line Item 0002 Import/Export-Data, Picture Perfect-UnixWare Ver 1.5.X, TR-4 tape 1 EA; Line Item 0003 PII-450 (UL Listed), 64 Mb Ram, 6.4Gb IDE HD, CD, 3-btn, USA keyboard, 17 SVGA (15.7_ viewable), video capture board and cables, WIN 95; Line Item 0004 Ethernet NIC, 10Mb, ISA bus: thinnet, AUI and twisted pair connections 1 EA; Line Item 0005 Camera, RGB, zoom lens, tripod, 110VAC 1 EA; Line Item 0006 Datacard ImageCard II Badge Printer, 110VAC. Includes on-site installation, 12 month on-site warranty/service, one spare print head, a coupon for the replacement on one additional print head within the 12-month warranty period, and 50% off Datacard list price on any additional print heads replaced during the 12-month warranty period; Line Item 0007 Cleaning tape, Image Card-III, 750 images typical 2 EA; Line Item 0008 Ribbon, ImageCard III, 4-color, (YMCK), 165 IMAGES TYPICAL 8 EA; Line Item 0009 Ribbon, ImageCard III, clear overlay, 420 images typical 3 EA; Line Item 0010 Print Test Card for thin ProxLite style badge, white-white,.037 thick, 100/lot 1EA; Line Item 0011 Slot Punch, tabletop model, Specify Vertical or horizontal slot punch and badge technology 1 EA; Line Item 0012 Proximity keyboard wedge, 110VAC-power supply included: works with ProxLite and Prox Perfect badges 1EA; FOR ACCESS SYSTEM UPGRADE Line Item 0013 Micro/5 PX Direct, Picture Perfect, 28,000 ID capacity 2 EA; Line Item 0014 8-Reader Interface, 12VDC F/2F and Supervised F/2F readers, Micro/5. 4 EA; Line Item 0015 20 Digital Input, 20 Supervised points, 1K resistors supplied 4 EA; Line Item 0016 DAI12BBU5A Power Supplies 2 EA; Line Item 0017 12V 7AH Rechargeable Batteries 2 EA; Line Item 0018 Model 972 Prox Perfect keypad reader, gray, dual-width box mount, conventional walls, 16 EA; Line Item 0019 Model 972 Prox Perfect keypad reader, gray, dual-width box mount, conventional walls 5 EA; Line Item 0020 ProxLite card, ProxLite logo, matte/photo image surface 1000 EA; Line Item 0021 Electromagnetic Locks Model 32 8 EA; Line Item 0022 Electromagnetic Locks Model 62 8 EA, Line Item 0023 Filler Plates, 10 EA; Line Item 0024 Mounting Plates 10 EA; Line Item 0025 Heavy Duty Exit Push Buttons 8 EA; Line Item 0026 Stainless Steel Plates 8 EA; Line Item 0027 Altronix RBSN Relays 21 EA; Line Item 0028 Door Contacts for N. Computer Room Door 2, 2 EA; FOR CCTV UPGRADE Line Item 0029 Toshiba IK527A B/W Camera, connect to existing mux 1 EA; Line Item 0030 Toshiba IK527A B/W CCTV in main hall 1 EA; Line Item 0031 Rainbow/International Optics Auto Iris Lens 1 EA; Line Item 0032 Rainbow/International Optics Fixed Iris Lens 1 EA; Line Item 0033 Pelco EM1400 Outdoor Camera Mount 1 EA; Line Item 0034 Videolarm VC3 Coil Cable for Outdoor housings 1 EA; Line Item 0035 Panavise 82606B Camera Mount 1 EA; Line Item 0036 Revere 24vac transformers 2 EA; Line Item 0037 Alarmsaf T24-5A Power Supplies for outdoor camera/housing 1 EA; Line Item 0038 Model VM-1501B monitor for hall camera, 1 EA; Line Item 0039 CCTV camera cables & connectors (1 Lot quantity) 1 EA; Line Item 0040 Misc Material, cable, conduit, hardware (1 Lot quantity), 1 EA; INSTALLAT ION/TRAINING Line Item 0041 LABOR TO INSTALL 180 HOURS AND Line Item 0042 TRAINING ON PICTURE PERFECT, 4 HOURS (Total line items 0042). Delivery of each line item must be made FOB Destination to ACC COMM GP, 37 Elm Street, LAFB VA 23665-2091, in the quantities stated 30 days after receipt of order (ARO). Terms and Conditions_Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial Items, with paragraph (b), clauses (11),(12),(13),(14), and (15) checked: 52.219-6, Notice of Total Small Business Set-Aside; 52.252-1, Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference. The following DFARS provisions and clauses apply to this procurement: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with paragraph (b) clause 252.225-7001 checked; 252-204-7004, Required Central Contractor Registration;252.225-7000, Buy American Act_Balance of Payments Program Certificate; and 252.232-7009, Payment by Electronic Funds Transfer (CCR). Include completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications_Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, with your quote. Upon request, the Contracting Officer will make the full text of all the above mentioned clauses available. Also, the full text of a clause may be accessed electronically at these Internet addresses: FAR Provisions: http://farsite.hill.af.mil/reghtml/far/52_toc.htm DFARS Clauses 252.201 to 252.214: http://farsite.hill.af.mil/reghtml/dfars/dfars252_000.htm DFARS Clauses 252.215 to 252.219: http://farsite.hill.af.mil/reghtml/dfars/dfars252_215.htm DFARS Clauses 252.220 to 252.226: http://farsite.hill.af.mil/reghtml/dfars/dfars252_220.htm DFARS Clauses 252.227 to 252.231: http://farsite.hill.af.mil/reghtml/dfars/dfars252_227.htm DFARS Clauses 252.232 to 252.236: http://farsite.hill.af.mil/reghtml/dfars/dfars252_232.htm DFARS Clauses 252.237 to 252.245: http://farsite.hill.af.mil/reghtml/dfars/dfars252_237.htm DFARS Clauses 252.246 to 252.251: http://farsite.hill.af.mil/reghtml/dfars/dfars252_246.htm Products offered in response to this solicitation must be existing, commercially available. All items will be awarded to one contractor. Interested parties may respond no later 4:00 p.m. DAYLIGHT SAVING TIME 9 May 2000. Responses must include written documentation providing conclusive evidence that the offeror is able to provide the described supplies and services. Responses shall be submitted in sufficient detail to enable accomplishment of a thorough technical evaluation. Quotes will be evaluated in accordance with the following criteria: price, conformance to line item descriptions, quantity and delivery schedule. Award will be made to the responsible, responsive contractor whose quote demonstrates compliance with the requirements of this solicitation and all referenced clauses and is evaluated as providing the best value to the government on the basis of the information submitted. Offerors shall include both unit price and total price for each line item with their quotes and identify payment terms and any discounts offered. Total price shall include delivery All responses will be evaluated by the Contracting Officer on the basis of the information submitted. Responses will be accepted at the address identified herein and by facsimile machine at (757) 764-9773 (Attn: Lois B. Nicholson). All responsible sources may submit a response that shall be considered by the agency. Email: lois.Nicholson@lanley.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2000). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/AACCONS/F44650-00-T0123/listing.html)
 
Record
SN00366718-F 20030710/030708221301 (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.