Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

59 -- Base Camera Maintenance

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2X3B25091A100
 
Response Due
6/30/2005
 
Archive Date
7/15/2005
 
Point of Contact
Roberts Watts, Contract Specialist, Phone 334-953-4074, Fax 334-953-3527, - Eugene Tilghman, Sr., Contracting Officer, Phone 334-953-3526, Fax 334-953-3527,
 
E-Mail Address
robert.watts@maxwell.af.mil, eugene.tilghman@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F2X3B25091A00 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-26 (9 Mar 2005) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20050222. It is the offeror’s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of the following items: 1. One year maintenance contract for existing camera system. Furnish all plant, labor, equipment and materials. The work consists of but is not limited to replacement and full installation of Pelco Network LAN Interfaces (part # NET300 – this is a set of both transmitter and receiver). In the event that any equipment that is necessary but is not mentioned in this statement of work, it is the responsibility of the bidding parties to identify the equipment necessary to achieve the goal of this project. It is also the responsibility of the winning bidder to supply any additional parts necessary in the event parts and equipment were unidentified by the end of bidding. Removal and re-installation of equipment located at both, Maxwell and Gunter LE Desks. The equipment will be relocated inside of a communications room or telephone room closet (out of general public sight). Upgrade of joystick module to a 16-point module for camera control which controls all seven perimeter cameras and all confinement cameras. All network equipment (i.e. routers, modules, interfaces etc) must be secured in a metal lock box with a tamper switch. All arrangements and parts must be compatible and function at 100% accuracy with the current base camera system setup (LAN based). The system must also achieve redundancy between both Maxwell and Gunter AFB. The redundancy will be established at both Law Enforcement Desks at Maxwell and Gunter. Seven perimeter locations must have full pan/tilt/zoom (PTZ) camera capabilities and must work at 100% accuracy. For maintenance, we must have a three year agreement. These parts must be able to be replaced and installed due to malfunction or damage of any kind for any reason. A full maintenance agreement on all parts and labor is necessary. This agreement will include 48-hour response time for all repairs. The 48-hour time limit will begin the exact time contact is made with any maintenance person (POC). A maintenance POC must be available for direct contact concerning all maintenance job requests 24 hours a day, 7 days a week until the end of the three year maintenance agreement. If the contact information includes a pager number, the page must be returned with positive contact within 1 hour. If the contact information includes a calling service, the calling service must have an emergency number to make positive contact with the POC. The POC will then make positive direct contact with the 42 SFS within 1 hour. In the event any equipment becomes discontinued, the upgraded version (or compatible version) of that equipment will be replaced and installed in place of the discontinued equipment under the same contract agreement listed above. Any confusion about the above statement of work must be identified prior to entering a bid. Entering a bid on this project certifies that all the above mentioned is understood and agreed upon. Award will be made based on best value for the Government. This requirement is for the 42 ABW/SF. The acquisition is 100% set-aside for small business concerns. The North American Industrial Classification System Code is 561621 with a small business size standard of 1,000 employees. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors; Commercial Item (Jan 2005) applies to this acquisition. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible, contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov) and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Apr 2003) with the quote. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005). The following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Apr 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004); 252.243-7002, Request for Equitable Adjustment (Mar 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). Facsimile Proposals (Oct 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: (334) 953-3527 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Preference for Domestic Specialty Metals (Apr 2003); 252.225-7014, Alternate I (Apr 2003); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations applies. The Defense Priorities and Allocations System rating is C9E. A due date for offers will be Noon, Central Daylight Time (CDT), 30 June 2005. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3527, ATTN: Mr. Rob Watts, or emailed to robert.watts@maxwell.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to Mr. Rob Watts (fax and email information above). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-F2X3B25091A100/listing.html)
 
Place of Performance
Address: 50 LaMay Plaza South, Bld 804, Maxwell AFB, AL
Zip Code: 36112
Country: USA
 
Record
SN00832240-F 20050619/050617212127 (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.