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
MODIFICATION

63 -- Provide & install Perimeter Fence Line Card Readers

Notice Date
9/12/2007
 
Notice Type
Modification
 
Contracting Office
N00189 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V553227176504
 
Response Due
9/15/2007
 
Archive Date
9/15/2020
 
Point of Contact
BEVERLY D. HINES 757-443-1295
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice and IAW FAR Part 13. This announcement constitutes the request for quote for the required items under RFQ V55322-7176-504. The NAICS code is 561621 and the Small Business Standard is $11.5. This is a 100% Small Business Set-Aside. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase from qualified sources capable of providing the following items/services. Convert the three (3) existing vehicle gates and one (1) pedestrian gate to Lenel Card Reader operation. Pricing shall be submitted as one (1) job. Location of job is EODESU TWO, 821 Blaster Cove, Fort Story, VA 23459. See attachment for statement of work. Delivery will be 30 days ARO. FOB Point: Destination. Quotes received shall be evaluated in accordance with FAR 13.106-2. The evaluation of quotes shall include the contractor?s ability to meet the requirements of the Statement of Work (SOW), acceptable past performance, and price. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); Addendum to 52.212-1 (1) Instruction To Offerors-Commercial Items (Sep 06); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference) please provide copy with quote; 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JUN 2007), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-36 Paym ent by Third Party (MAY 1999) (31 U.S.C.3332),52.215-5 Facsimile Propo sals (OCT 1997), 52.237-1 Site Visit (APR 84); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2007), the following clause applies and is incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by Sep 15, 2007 at (12:30 P.M.) EST. Offers can be emailed to beverly.d.hines@navy.mil faxed to 757-443-1333 or mailed to Fleet & Industrial Su pply Center, 1968 Gilbert St., Suite D606, Contracting Department, Attn: Beverly D. Hines Code 230C6, Norfolk, VA.23511-3392. Reference RFQ #V55322-7176-504 on your proposal. STATEMENT OF WORK (SOW) V55322-7176-5041 Convert the three (3) existing vehicle gates and one (1) pedestrian gate to Lenel Card Reader operation. Pricing shall be submitted as one (1) job. Location of job is EODESU TWO, 821 Blaster Cove, Fort Story, VA 23459. ? Provide M-Scoping Services through both Miss Utilities as well as a 3rd party locating service. ? Forward M-Scoping Documentation along with Boring & Trenching Plan to Ft. Story Public Works for Dig Permit Authorization. ? Provide Directional Boring Services from Card Readers back to Main Bldg. Directional bores should be point to point (digging up existing pavement would only be authorized if it were professionally patched and inspected by Public Works ? No Cold Patches). ? Demo and Remove existing Keypads, Pedestals, and concrete pedestal pads. ? Provide and install new Card Readers, keypads and Corrosion-Resistant Pedestals onto NEW Concrete Pads. East Vehicle Gate shall be provided with a Dual Arm Mounting Post to support both a Card Reader AND a Video-Intercom (Future Mod). Contractor must ensure existing Gate Exit Button remains functional. ? Provide and Install new weather-proof Electric Strike and Card Reader onto East Pedestrian Gate. Contractor shall install new BURIED conduit to support all new cabling. ? All three vehicle gates have functional exit loops. Contractor must ensure these loops remain functional. ? All Card Readers should match existing (HID Model 5355AGK09) currently in use. ? Provide and Install New Power Supplies into the Main Telco Room and the Boat Bay to support the new equipment. ? All new electric cabling and power circuits shall be installed in accordance with local, state, and federal codes. ? Contractor shall install all new power supplies and Lenel circuit boards into powder-coated gray 14-Guage steel enclosures equipped with tamper switches and keyed lock-sets. ? Provide and Install cabling and raceway required to tie-in all new panels to existing Lenel System. ? Power supply system is 12V, a minimum of two (2) but should be enough to satisfactorily complete the job without affecting current system performance. ? Program and test all new card readers for proper operation. ? Project is to be a ?Turn-Key? operation. The contractor must ensure that all gates are functioning normally and shall be held responsible for any unforeseen costs not specifically defined in this scope of work. ? Offeror shall provide any applicable information & certify that equipment/services to be provided will not invalidate any warranties on current system. ? Offeror must certify in writing that they are an authorized Value Add Reseller or distributor on record for Lenel Systems International. ? No additional site visits will be authorized. ? Offerors shall submit three sufficient past performance information for similar type work completed within the past three to five years period to allow evaluation by the Contracting Officer. ? Vendor is responsible for all parts, equipment, and labor to complete job. No government furnish equipment will be supplied. ? When quoting, all items on SOW must be fully addressed or your quote will not be considered for an award. ? The requiring activity will be responsible for coordinating all work with the contractor and Public Works as necessary, POC is SKC Gresham. ? Work to be performed during normal working hours 0800 -1600 Monday thru Friday ? Payment terms are net 30 days, wide area work flow, or credit card. ? If you are using a subcontractor, it must be stated in your quote and specify what they are completing/providing to include the percentage of work completing and/or total costs. Provide subcontractor name and POC information.
 
Record
SN01404549-W 20070914/070913074757 (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.