Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2005 FBO #1355
MODIFICATION

63 -- Panther 4 Video Center with Intrusion Detection

Notice Date
8/10/2005
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0052
 
Response Due
8/17/2005
 
Archive Date
9/17/2005
 
Point of Contact
Gloria Harris, Contract Specialist, Phone 910-432-6978, Fax 910-432-9345, - Sandra Aman, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345,
 
E-Mail Address
harrisgl@soc.mil, amans@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to provide additional information concerning the product requirement. Camera Capabilities: Weather proof (protected housing-hot, cold or wet), Night vision capable. Each System will have 4 video cameras and intrusion detection. Intrusion alarms, are pre-configured system with 12 sensors which trigger to the wireless alarm panel. Video from the outdoor wired(4) or wireless day/night(2)cameras is viewed on a 15in. LCD monitor via a video Quad controller(view 4 or 1 camera full screen) The manufacturer for the name brand product is :Avida Scenario for product use Team members are located in a safe house or a designated meeting place. The cameras will be used to enforce perimeter security and assisted security members of the team of incoming PAX or vehicles. Dead space or other entrances that cannot be covered by manpower will be secured by sensors, triggers when a breach occurs. The SOG will monitor via, LCD screen camera observation and can rotate the camera from his location. Electronic message center located with the LCD Screen will monitor penetration of doors and windows. The lead negotiator has a panic button, which is linked to the main control panel and if activated, will alert the SOG of possible problems during the meeting. This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers (e.g., quotes) are being requested and a written solicitation will not be issued. Solicitation H92239-05-T-0052 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-05. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://www.farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is 100% set-aside for Small Business Concerns (SBC). The NAICS Code is 561621 and the size standard is $10,500,00 million. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple or no award award(s) is reserved in the event it is advantageous to the Government to do so. Items called for by this request for quotation have been identified in the schedule by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001 ARDK-P4Q-C547 Panther 4 video center with intrusion detection which includes: (4) Video inputs, 15 in LCD;(8) Wireless sensors(4 PIR, 2 Magnetic, 1 Panic, 1 Key);(1) Wireless alarm repeater with P/S :(2) Ruggedized outdoor Wired Low Lux B/W w/ 300 ft cables;(2)Wireless 1.2 GHz Day/Night Camera; Microviewlock II video scrambling for wireless cameras (1 Set required for each camera. 2 Cameras per kit) Quantity Required :4(four) ;CLIN 0002 ARDK-P4Q-C547:Panther 4 video center with intrusion detection which includes: (4) Video inputs, 15 in LCD;(8) Wireless sensors(4 PIR, 2 Magnetic, 1 Panic, 1 Key);(1) Wireless alarm repeater with P/S ;(1) Ruggedized outdoor Wired Low Lux B/W w/ 300 ft cables;(2)Wireless 1.2 GHz Day/Night Camera; Microviewlock II video scrambling for wireless cameras (1 Set required for each camera. 2 Cameras per kit); Quantity required: 1(one). None conforming supplies will be returned to the contractor at the expense of the contractor. HOWEVER, all responsive offers will be considered. Offerors offering substitute items are encouraged to refer to the Evaluation Factors iterated in FAR 52.212-2 (below) for additional instruction. Partial offers will not be accepted.. Point of delivery and acceptance is HQ 96TH Civil Affairs Battalion. Building H-2243, Fort Bragg, North Carolina. . The Required Delivery Date (RDD) is not later than 4:00 p.m.(EST), 16 September 2005.Refer to the Evaluation Factors for additional instruction regarding delivery. If offer is FOB Origin, shipping charges (to be paid on a cost-reimbursable basis) shall be delineated separate from CLIN pricing. If offer is FOB Destination (preferred), CLIN pricing shall be inclusive of ground transportation charges. The following FAR and DFARS provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: ALL CLINs, all quantities, 16 Sep 05; and (b), based on the assumption that the successful offeror(s) receive notice of award by 18 Aug 05. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate means for submission of quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR Part 13 simplified acquisition procedures apply to this procurement action. The Government intends to award a contract to the responsible offeror who offers the lowest reasonable price that is technically acceptable who can meet or better the required delivery date. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLINs. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for Delivery. Delivery is defined as the capacity and offeror affirmation to conform with, or better, the RDD of this solicitation. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. Offers will be evaluated for price inclusive of transportation charges from shipping point to the delivery destination. Prices shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery and price combined. The factor of delivery is slightly more important than price. Offers shall remain valid for a minimum of 30 days. A completed copy of Solicitation Provision 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1 and Alternate 1 must be returned with the quote. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items(Deviation), with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.219-6, Notice of Small Business Set-Aside. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.247-29, F.o.b. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ H92239-05-T-0052 may be submitted: in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or email (preferred) to the Government point-of-contact. It is the responsibility of offerors to confirm receipt of responses to this RFQ. OFFERS SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement with amendments, if issued; (4) evidence of technical acceptability, delivery schedule and past performance references; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 11:00 a.m.(EST), 17 Aug 2005. Questions with regard to this RFQ will be accepted from interested offerors up to 10:00 a.m.(EST) 15 Aug 05. Any questions submitted thereafter will be entertained, however, the due date for offers will not change. Questions should be directed to Gloria Harris at (910)432-6978, or emailed (preferred) to harrisgl@soc.mil. Numbered Note 1 applies to this solicitation.
 
Place of Performance
Address: HQ USASOC, DESERT STORM DRIVE, FORT BRAGG, NORTH CAROLINA
Zip Code: 28310
Country: USA
 
Record
SN00867664-W 20050812/050810213103 (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.