Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

59 -- ACCESS CONTROL REVISIONS FOR BLDG 504 AT PETERSON AFB

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2517-07-T-6075
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation, FA2517-07-T-6075, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 238210 and the $8.0 million dollars. The following Statement of Work is provided to are requested in this solicitation; Contact Steve Butler at 719-556-8763 to attend scheduled site visit scheduled for 18 September 07, 9:00AM MST. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2 (a) (i) (ii) Quotes will be evaluated and awarded to the offeror best design and price; factors are approximately equal in importance and will be used in evaluation of design. In accordance with FAR 12.602, the Government reserves the right to exercise trade-offs. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program and Ombudsman (AFFARS clause 5352.201-9101 as prescribed 5301.9103). The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov, Online Representations and certifications (ORCA) at https://orca.bpn.gov/ and Wide Area Workflow (WAWF) at https://wawf.eb.mil/ and will be verified prior to consideration of quote and award of contract. Provide your DUNS, Cage Code, tax ID, terms and conditions with quote. All quotes must be sent to Steven Butler at e-mail steven.butler@peterson.af.mil. Quotes are required to be received no later than 4:00PM MST, Thursday, 20 Sep 2007. PERFORMANCE WORK STATEMENT FOR INSTALLATION OF ELECTRONIC SECURITY SYSTEM AT BLDG 504 FY-07 16 SPCS/MA Peterson AFB CO, 80914 (719) 556-5770 5 SEP 2007 1. DESCRIPTION OF SERVICES. The Contractor shall provide all management, tools, supplies, equipment, transportation, transportation costs, and labor necessary to install, test, and program various types of Electronic Security Systems at Building 504, 16 SPCS, Peterson Air Force Base, Colorado. Work shall be completed in a manner that will comply with commercial standards and in accordance with all applicable federal, state, and local regulations for installing these systems to ensure continuous, safe, and reliable operation. Contractor shall be certified and knowledgeable of the Diamond 1 series alarm system. 1. EQUIPMENT INSTALLATION SERVICES. 1.1. Scheduling Services. Contractor shall notify the 16 SPCS Unit Security Manager at 556-5780 prior to beginning services to schedule any service arrangements and escorts. 1.2. Installation, Testing, and Programming Services. Perform installation, testing, and programming of the complete access control system inside Building 504. Installation and modification of access control system shall meet Annex F requirements of the DCID 6/9. All equipment must be installed and programmed in such a way as to integrate into the existing INFOGRAPHICS base-wide alarm system without loss of functionality. All existing base alarms must report to an alarm computer inside Building 504. All work done by the contractor shall not adversely affect operations on Peterson Air Force Base or the existing base-wide alarm system, or interfere with the Automated Entry Control System (AECS). 1.2.1 General Equipment Requirements. Contractor shall upgrade 4 existing readers and associated exit readers. Contractor shall further install a new reader and associated exit reader at the entrance of room 9B in Building 504 and will also provide a reader for an enrollment station within room 9B. The entrance reader shall provide the options for fingerprint, proximity, and personal identification number (PIN) access. The exit reader shall provide for a proximity card capability. The biometrics system shall be the Bioscrypt Proximity Model V-Station-A-P or equal. 1.3. Government Furnished Property. The government will provide the following property for use in completion of this contract: ? 1 laptop suitable for loading Biometric enrollment software capable of enrolling a minimum of 200 people and of handling alarm requirements specified in paragraphs 1.2 and 1.2.1. 1.4. Provide Updated As-Built Diagrams. Contractor will provide current as-built diagrams of all additional equipment and infrastructure installed required by this contract. The as-built diagram will be provided to 21 CES in CAD format saved to a CD. The as-built diagram must be furnished with-in 30 calendar days upon completion of all work required by this contract. 1.5. Equipment Warranty Information. Contractor will provide an itemized list of all equipment installed including the following information; make, model, serial number, warranty information. 2. GENERAL INFORMATION. 2.1. Hours of Operation. Perform all services required under this contract during the Peterson Air Force Base normal duty hours of 7:30 a.m. to 4:30 p.m. Monday through Friday, excluding Federal Holidays. 2.2. Security Requirements. Contractor and all employees will comply with all Peterson AFB security requirements imposed by the Installation Commander at all times while on the premises. Contractor will obtain all necessary passes, decals, badges, or other items required for access to Peterson AFB. The contractor shall comply with the provisions of the Department of Defense Manual 5220.22M, Industrial Security Manual, AFSSI 5102, Computer Security Program, AFI 31-101, the Air Force Physical Security Program, AFI 31-209, the Air Force Resource Protection Program, and AFI 33-112, Computer Systems Management. 2.2.1. Base Access. Contractor shall notify the 16 SPCS Unit Security Manager at 556-5780 to arrange access to the base and facilities. 2.3. Interruption of Alarm Coverage. Any task performed by the contractor which may result in loss of alarm coverage must be coordinated with 16 SPCS Unit Security Manager.
 
Place of Performance
Address: 16 SPCS/MA BLDG 504, Peterson AFB CO, 80914,
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01404122-W 20070914/070913073742 (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.