Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2008 FBO #2385
DOCUMENT

63 -- CCTV and IDS Repair/Replacement for Sacramento, CA - RFQ Requirements

Notice Date
6/5/2008
 
Notice Type
RFQ Requirements
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Immigration and Customs Enforcement-Federal Protective Service, Federal Protective Services Division (8PAF), Denver Federal Center, Building 44, PO Box 25266, Denver, Colorado, 80225-5266
 
ZIP Code
80225-5266
 
Solicitation Number
HSCEW9-08-Q-00008
 
Archive Date
7/5/2008
 
Point of Contact
YASMIN BROWN,, Phone: (303) 236-7931 Ext. 230, Paul Ross,, Phone: 303-236-7931
 
E-Mail Address
yasmin.brown@dhs.gov, pul.ross@dhs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. If unable to download RFQ requirements, contractors should contact the Contract Specialist via email at yasmin.brown@dhs.gov to receive electronic copies of the Statement of Work (SOW), and attachments for this synopsis/solicitation. This is a Small Business, Service Disabled Veteran Owned Business Set-Aside. North American Industrial Classification System (NAICS) code for this acquisition is 561621; size standard $11.5M. The Contractor shall furnish all labor, expertise, equipment, materials, transportation and appliances necessary to repair and/or install new CCTV monitors and cameras as indicated in the schedule and the SOW, at the Federal Building, 2800 Cottage Way, and at the Federal Courthouse, 501 I Street, Sacramento, CA, to ensure the systems are operational and functioning. (A man lift is required for work at both locations.) Substitutions may be quoted for parts and/or components listed; however, substitutions must be compatible with parts and/or components listed, and must interface with equipment currently installed. Substitutions must be clearly identified by part number and/or brand name on the quote. Respondents are advised that after award and prior to any Contract employees being permitted to work under the order, all Contract employees shall receive a formal suitability adjudication by DHS. Respondents should indicate if they have already received a formal suitability adjudication from DHS. Quotation Requirements: 1. Priced quote on CLINS 1-6 - Complete Unit Price and Extended Amount (limited to 5 pages total). (All parts including monitors and cameras are to be new.) 2. Proposed delivery schedule - Respondents are asked to provide an estimated delivery date of when repairs will begin (date to begin after award or after formal suitability adjudication is complete, whichever is later), and an estimate of when delivery will be complete. 3. Past Performance references (Two references required for work of similar magnitude and scope). Provide: a. Point of contact name b. Telephone number c. Email address d. Company name e. Contract number or project title f. Contract value g. Period of performance The total amount of budgeted funds for this work is approximately $22,000.00 (excluding travel and ODCs). Vendors are cautioned to use the provided budgeted amounts only as an indication of funds currently projected to support this requirement. It may not be reflective of the Government estimate. Each vendor shall determine an approach to meet the SOW requirements. That approach may result in cost proposals below, at, or above the budgeted amounts. Travel expenses will only be paid if awardee’s employees who perform the services are located outside a 50 mile radius of Sacramento city limits. A best value determination and award will be made based on an integrated assessment of past performance rating, delivery schedule, and price. Importance of non-priced factors are (in descending order): past performance, and delivery schedule. When combined, past performance and delivery schedule are significantly more important than price. Price quotes will be evaluated to determine reasonableness and realism. A price quote that is determined to be unreasonable or unrealistic shall not be considered for award. Your quote must be received no later than June 20, 2008 at 12:00 p.m. prevailing Colorado Time. Quotes received after that time will not be considered for award. Submit your quote electronically (limited to 1 MB) to the Contracting Specialist, Ms. Yasmin Brown at yasmin.brown@dhs.gov. A hard copy of the quote is not required.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4bdc7c91dfe2a4dff9ec1a445e2697f5&tab=core&_cview=1)
 
Document(s)
RFQ Requirements
 
File Name: RFQ Requirements (Sacramento FEDBIZ RFQ.doc)
Link: https://www.fbo.gov//utils/view?id=3b4e6fd3252c89d0431da4535cb0827f
Bytes: 136.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2800 Cottage Way and 501 I Street, Sacramento, California, United States
 
Record
SN01587762-W 20080607/080605220614-4bdc7c91dfe2a4dff9ec1a445e2697f5 (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.