Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

58 -- Access Control and CCTV

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-03-T-0681
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Fannie Richardson, Contract Specialist, Phone 757-443-1398, Fax 757-443-1424, - Bonnie Parker, Contract Specialist, Phone 757-443-1410, Fax 757-443-1414,
 
E-Mail Address
fannie.richardson@navy.mil, bonnie.parker@navy.mil
 
Description
The Government intends to award a contract under Other Than Full and Open Competition Procedures to Best Access Systems for the procurement of an Access control System and CCTV System. This procurement is in accordance with FAR Subpart 13-5. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is N00189-03-T-0681 and it is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15, dated 24 July 2003. The NAICS code for this requirement is 561621 and the small business size standard is $10.5 millions. Item 1001, Access Control System and CCTV System, l each; Item 1002, Installation, 1 each; Item 1003, Testing, l each; Item 1004, Training, l each; Parts and Software Support for the first year shall not be separately priced. The items shall be delivered on or before 31 Oct 03. Delivery is FOB destination to Norfolk, Virginia. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with the provision at 52.212-2, Evaluation-Commercial Items, the quote will be evaluated based on Past Performance and Price. Past Performance is considered to be more important than Price. All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-commercial Items, with its offer. The clause At 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-commercial Items applies to this acquisition. The following clauses apply: 52.217-8, Option to Extend Services; 252.232-7003, Electronic Submission of Payment Requests; 52.232-33 Payment By Electronic funds Transfer- Central Contractor Registration; and 252.204-7004, Required Central Contractor Registration. Invoices shall be mailed to: Joint Forces Staff College, Supply Officer, Bldg SC-401, 7800 Hampton Blvd, Norfolk, VA. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. Number notes 22 applies. The closing date and time for this RFQ is 10 Sep 03, 1600 hrs. Fannie Richardson, the Contract Specialist may be contacted at 757 443-1398, for information regarding this RFQ. STATEMENT OF WORK: ADDITIONS TO BADGE ACCESS SYSTEM AT JOINT FORCES STAFF COLLEGE/NAVADMINCOM · Furnish and Install three (3) proximity card readers with keypads. The installation of the equipment will include mag-locks, pneumatic requests for exit buttons for emergency release. Equipment will be wired into the communication room. A power supply will be included to support new equipment. Reprogramming of the existing software to recognize the new hardware is included; a minimum of one (1) hour. · Mag-Locks (4): Mag-locks will be pneumatic release buttons; wall mounted on the interior of the door for emergency release. The release button will be connected into the building fire alarm system and will not be wired into any other type alarm system. · Naval Administrative Command/Joint Forces Staff College will provide a certified Fire Control Technician to install the wire and relay from the mag-lock to the fire alarm panel and make the final connection into the master fire alarm panel. · Digital Video and Rack Mount: The contractor will install a Lenel digital video recorder with appropriate license. Digital video will be a minimum 32 inputs, 1080 GM unit. The unit will contain sufficient memory/storage for 90 days. Included with the digital video recorder are two 19-inch color monitors and storage rack to support the monitors, network hubs and digital video recorder. · Installation of two (2) fixed and wall mounted mini-dome cameras in building SC-4. The cameras will be mounted to provide viewing of personnel traversing the stairways and exiting the building. In addition, two (2) ceiling mounted mini dome cameras will be install in Building SC-4. The cameras will be mounted and position to view individuals traversing the walk over tunnels, elevators and stairways. The electrical supply will be connected into the communications room and the co-axial video cable to be connected into the digital video recorder in Building SC-1. · The contractor will install three (3) additional co-axial cables from Building SC-1 to Building Sc-4 for future expansion of security system. The installation of a CAT 5 cable will access the control equipment to interface with server software a network. · Replace the existing strike plate with mag-lock and emergency pneumatic push button system in Building SC-4. · Replace the existing proximity reader in Building SC-4 with a keypad only. · Rewire the existing card readers in SC-4 to be activated a call button. · Relocate the existing workstation from Building SC-1 to the Security Office. This requires a separate network for use by the control system. The system will include a 16 input hub. CAT 5 wiring from the hub to the digital video record, workstation and existing Lenel intelligent controller panels. · Training – 16 hours of on-site software training is required. Personnel to be determined by Naval Administrative Command / Joint Forces Staff College. · Cline Software License. Lenel Client Software license will be required for the SCIF network system. · Other misc info: The Access Control System was installed in June 2001. The security access system includes two buildings. More specific information will be in the award document.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189/N00189-03-T-0681/listing.html)
 
Record
SN00424420-F 20030905/030903213907 (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.