Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

63 -- Security Camera System

Notice Date
9/17/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2XJA87235A002
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 F2XJA87235A002 as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The solicitation document and incorporation provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 (14 June 2007) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070531. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% small business set-aside. CLIN 0001- Design, equipment, and installation of a security system in accordance with the attached SOW. Performance will take place at the Vigilant Warrior Site in Titus, AL (Interested Parties, email or fax for directions). A SITE VISIT WILL BE CONDUCTED AT THE VIGILANT WARRIOR SITE ON THURSDAY, 20 SEP 07 at 1300hrs. Statement of Work Contractor will provide all equipment to support this effort, in addition to providing monthly monitoring service for fire/security. RED Area: Office/Garage building ? camera to monitor immediate area 2 Bathrooms ? cameras mounted on warehouse to monitor immediate area Warehouse ? fire alarm Security on 5-6 doors Cameras to monitor tent city area - Connectivity from all buildings to control located within warehouse - 30 day recording capability - Secure cabinet for security/fire equipment BLACK Area: 3 identical buildings - Camera on each to monitor immediate area - Connectivity from all buildings to control located within one of the buidings - 30 day recording capability - Secure cabinet for recording equipment BLUE Area: Gas Chamber - Camera to monitor immediate area Admin Building - Camera to monitor immediate area Bathroom - Camera to monitor immediate area Open-Air Pavilion - Camera to monitor immediate area - Connectivity from all buildings to control located within one of the buidings - 30 day recording capability - Secure cabinet for recording equipment All camera equipment must provide image adequate for identification purposes if required. The North American Industrial Classification System Code is 561621 with a small business size standard of $11.5M. Interested vendors must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offer Representation and Certifications Commercial Items (June 2006), DFARS 252.212-7000, Offeror Representation and Certifications Commercial Items (June 2005), and DFARS 252.225-7000, Buy American Act?Balance Payment Program Certificate (June 2005) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Items (Sep 2006). The clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005), is incorporated into this RFQ and is and addendum to add the following clause: FAR 52.204-7 Central Contractor Registration (Jul 2006). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007), and the following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set Aside (Jun 2003), 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child labor (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 (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); and 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003). The following DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2007) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005), 252.232-7003, Electronic Submission of Payment Requests (May 2006). DFARS 252.204-7004, Alternate A (Nov 2003) are also applicable. 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 (WAWF). Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov according to FAR 52.204-8, Annual Representations and Certifications (Jan 2006) and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. The Defense Priorities and Allocations System rating is C9E. A due date for offers will be 12 p.m., central time, 25 Sep 2007. Offers may be mailed to 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3543, ATTN: SSgt Nannie Young, or emailed to nannie.young@maxwell.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to SSgt Nannie Young (fax or email information above).
 
Place of Performance
Address: Titus, AL
Zip Code: 36080
Country: UNITED STATES
 
Record
SN01409365-W 20070919/070917220718 (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.