Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2007 FBO #2020
SOLICITATION NOTICE

67 -- SECURITY SYSTEMS AND INSTALLATION

Notice Date
6/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Jacksonvile, Pensacola Detachment, 690 San Carlos Road Suite A, Pensacola, FL, 32508-5014, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N0020407RC060V3
 
Response Due
6/21/2007
 
Archive Date
7/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE CONTACT MARGARET MCQUEEN AT 850-452-9904 FOR A SITE VISIT. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO(http://www.neco.navy.mil/). This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil.dpap/dfars/index.htm. The NAICS code is 561621 and the Small Business Standard is $11.5 million. This is a 100% Small Business Set-Aside The FISC Jacksonville Pensacola Detachment Purchasing Department request responses from qualified sources capable of providing: Statement of Work Surveillance camera installation 1. OVERVIEW Building 623 is two-story masonry structured building. Rooms are accessible from interior corridors and stairwells and partially enclosed exterior stairwells. Building has: a. 2 hallways with approximately 9900 square feet in area. b. 83 rooms with approximately 25,000 square feet. c. 25 common areas with approximately 6,320 square ft. 2. Specific Requirements: Bids that do not address all items in the specification will not be considered for award. The Contractor shall, during the period of the contract, provide below equipment and provide all labor to install in building 623 at NAS Pensacola, Fl. in accordance with guidance given in this statement of work: QTY PART # DESCRIPTION 2 DB30C5100R2 BOSCH DIBOS VIDEO RECORDER/TRANSMITTER, 30 CH, 1 TB 3 MON150CL BOSCH 15" LCD FLAT PANEL DISPLAY COMPOSITE MONITOR 1 TH-42PX600U PANASONIC 42" PLASMA W/ WALL MOUNT (FREIGHT) 1 ESH19KBM HOFFMAN 19" KEYBOARD/MONITOR SHELF 1 SVIEW04 LINKSYS KVM 4 PORT INTERGRATED SWITCH 1 EZXS55W LINKSYS ETHERFAST 10/100 5 PORT AUTO SWITCH 1 SUA750RM1U APC RACK MOUNT 750VA / 480 WATT SMART BACKUP 1 DBSR002 BOSCH REMOTE SOFTWARE KIT 1 DIM1100 DELL DIMENSION XP PRO WRK STATION 2 R2432300UL ALTRONIX 32 CHANNEL RACK MOUNT CAMERA POWER UNIT 1 LTC 8501/60 BOSCH ALLEGIANT MATRIX SWITCH (UP TO 64X8) 8 LTC 8521/00 BOSCH ALLEGIANT - 8 CAMERA INPUT CARD 1 LTC 8532/00 BOSCH ALLEGIANT - DUAL MONITOR OUTPUT CARD 14 VDN-495V03-20S BOSCH FLEXIDOME HI RES, DSP, DAY/NIGHT VANDAL RES 41 VDC-455-V03-20S BOSCH FLEXIDOME HI RES, COLOR VANDAL RES 1 ENVE2460W BOSCH ENVIRODOME 26X DAY/NIGHT PTZ COLOR DOME 1 LTC 5136/61 BOSCH CONTROLLER,. JOYSTICK W/ BIPHASE CONVERTOR 18 RG59U/18-2 SIAMESE VIDEO CABLE RG59U / 18-2 CABLE All items listed above are required to match existing equipment in other buildings to maintain conformity 3. INSTALLATION: 1. COLOR HI-RES VANDAL RESISTANT FIXED DOME CAMERAS TO BE LOCATED THROUGHOUT ALL HALLWAYS COVERING BOTH DORM ROOM TRAFFIC (BOSCH VDC-455V03-20S) AS WELL AS ALL EXIT DOORS (BOSCH VDN-495V03-20S), QUARTERDECK AND TV ROOMS. 2. A PAN/TILT/ZOOM DOME (BOSCH G4 AUTODOME) WILL BE ADDED TO COVER REAR PARKING AREA. HEAD END SERVERS (BOSCH DiBos 30CH ? 1TB) SHALL BE LOCATED IN ELECTRICAL / COMMUNICATIONS CLOSET AT SOUTH HALL FIRST FLOOR . 3. CONTROL AREA SHALL CONSIST OF ONE (1) 42? PLASMA AND TWO (2) SPOT MONITORS IN OFFICE OFF QUARTERDECK. ELECTRICAL POWER OUTLET TO BE SUPPLIED BY GOVERNMENT AT BOTH THE COMMUNICATIONS CLOSET AND CONTROL OFFICE. 4. GENERAL REQUIREMENTS: a. Packaging and Delivery: All items shall be packaged and packed to withstand transportation without damage. Interior blocking or bracing will be supplied as required by the National Motor Freight Classification (NMFC) and Uniform Freight Classification (UFC). All packages shall bear the customer's name, contract or purchase order number and destination address. b. Warranty: The manufacturer shall provide written warranty to the Using Agency, guaranteeing all material used in the manufacturing, against defect or failure, for a period of 1 year when used in the manner and for the purpose for which it is intended. All warranty periods begin from date of delivery. 6. RESPONSIBILITIES OF THE CONTRACTOR (GENERAL) Delivery shall be FOB Destination to Pensacola, Fl. (Details of shipping address in clauses section) Contractor shall be responsible for all costs. The Contractor shall be responsible for providing labor and material capable of accomplishing the work in a professional and workman like manner. Materials shall be new, unless otherwise indicated. All material and workmanship shall be completed in accordance with the product or material manufacturer?s specifications and installers/technicians shall be factory certified for warranty work. The Government expects to retain warranties for eligible material/product installations and material product performance. The Contractor must provide a Service Supervisor or designee and he or she must be on-site while work is being performed under this contract. All of the Contractor?s project supervisors and trade/work crew supervisors must be able to speak read and write English. The Contractor shall provide the BMA with the name and telephone number of the person(s) to contact in case of an emergency five days after award of contract. The Contractor must coordinate and obtain BMA approval of project material delivery times, truck loading/unloading, dumpster positioning, loading dock use and the positioning and use of any heavy equipment use to move materials or furniture. Contractor will ensure that floor finishes, wall finishes, and doorjambs are not damaged during delivery and installation. Any damage to floors or wall finishes will be repaired at the expense of the contractor to the satisfaction of the customer. The Contractor is responsible for cleaning up work areas immediately after their services have been completed. The Contractor shall remove all rubbish, tools, equipment and materials. All vehicles are subject to inspection while on base. All corridors, loading dock areas, driveways doors, means of egress and aisles must remain clear at all times of project debris. In cases where debris is left from a previous day?s work, the Contractor shall reimburse the Government for cleaning services or costs shall be deducted from the Contractors? invoice. Government will not incur cost for overtime or extra manning. In addition: Do not use the telephone in any room for personal calls. Do not watch television, eat, or smoke while inside the building. Smoke at designated smoking area only. All contracted personnel shall check in through the base Security Department and shall wear an approved contractor nametag or identification badge at all times. Contractor must park their vehicle or vehicles at designated customer?s parking spaces only. Delivery Instructions: Contractor is responsible for all shipping and delivery costs. Shipping/delivery for cost: Bachelor Housing, Bldg. 685N Warehouse Rd. NAS Pensacola, FL 32508 Note: Mark for Bldg. 623 Contractor must provide temporary storage near the contracted building pending installation. Floor plans are available of building upon request. . Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instruction to Offerors- Commercial items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This announcement will close at 11:00AM on 6/21/2007. Contact Margaret McQueen who can be reached at 850-452-9904 or e-mail margaret.mcqueen@navy.mil .A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. Please see numbered note: 1. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price and a determination of responsibility/technically acceptable low bids/past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, gsa contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Place of Performance
Address: 690 SAN CARLOS ROAD, NAVAL AIR STATION, PENSACOLA, FL
Zip Code: 32508
Country: UNITED STATES
 
Record
SN01311858-W 20070608/070607035535 (fbodaily.com)
 
Source
FedBizOpps 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.