SOLICITATION NOTICE
63 -- Security System
- Notice Date
- 8/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sill, ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W90FU082349000
- Response Due
- 9/19/2008
- Archive Date
- 11/18/2008
- Point of Contact
- Martha Livsey, 580-442-3514<br />
- Small Business Set-Aside
- Total Small Business
- Description
- (1)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; proposals are being requested and a written solicitation will not be issued. (ii) This Solicitation W90FU0-8234-9000 is a Request for Quote (RFQ) for Security System in accordance with the Governments requirement. (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-26, Effective 12 Jun 2008 (iv) This is a small business set-aside and the associated NAICS code is 561621 and small business size standard is $12.5. (v) Contract line item number(s) - (CLINS) applicable: CLIN-0001: Color Camera (PN: Hawk 3551RCD) Brand Name or Equal 112 each @ $__________=$___________. CLIN-0002: 19 Flat Panel Color Monitor (PN: IKEGAMI) Brand Name or Equal 13 each @ $_________=$_________. CLIN-0003: Power Supply, 16 Channel, 5 Amp, (PN: CP 1216 DC) Brand Name or Equal 13 each @ $___________=$__________. CLIN-0004: DVR, 16 Channel, (PN: CR 4016-160) Brand Name or Equal 13 each @ $__________=$_________. CLIN-0005: Outside Housing Videoalarm: (PN: VL ACH 13 HBN) Brand Name or Equal 20 each @ $__________=$____________. CLIN-0006: Installation: In accordance with Scope of Work. 1 @ $_______=$________. CLIN-0007: Contract Manpower Reporting: IAW SOW, UID-W90FU0 1 @$______= $_________. TOTAL QUOTED PRICE: $_________________________ SCOPE OF WORK- SECURITY SURVEILLANCE SYSTEM 1.The contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation, labor and any other services necessary to procure and install security system and door alarms in 13 separate buildings at Fort Sill, OK in accordance with the specification described herein: Color Camera, PN: HAWK-3551RCD (Brand Name or Equal) KEY FEATURES: 1/3 Sony Super HAD 420 TVL High Resolution Image Sensor Built-In Outstanding high Sensitivity picture quality under extreme low illumination All direction adjustable Ball type mount built-in for easy installation Accidental Surge and Shock Protector Built-In Reverse Polarity Power Protected Vandal proof, Weatherproof, Tamperproof Aluminum Housing & Polycarbonate Dome Cover Built-In Weatherproof (IP=66) for installing in the harshest conditions SPECIFICATIONS: Pick up Devise1/3 Color Sony SuperHad CCD TV SystemNTSC Picture Elements510 (H) x 492 (V) Horizontal Resolution420 TVL Sensitivity0 Lux at f1.2 (infrared on) Scanning System525 TVL 2:1 Interlace SynchronizationInternal Infrared Spectrum850nm S/N RatioMore than 48db, (AGC off) Auto Gain Control (AGC)Auto White BalanceAuto Electronic ShutterAuto Back Light CompensationAuto Infrared LED12 LEDs Infrared LED Range30 Video Output1 Vp-p, 75 Ohm composite Audio OutputN/A Mirror ImageN/A Gamma Ratio0.45 Auto-iris Lens ControlN/A Lensf3.6mm standard lens Exterior Focus AdjustmentN/A Lens MountM12XPO 5mm thread Pan AdjustingManual Tilt AdjustingManual Power Supply12V DC 2.1mm DC Jack Power Consumption210 mA Dimensions (0 X H)3.7 x 3.0 Net Weight2 lbs Weatherproof/WaterproofWeatherproof Operating Temperature-4 degrees F to + 122 degrees F 2. CONTRACT MANPOWER REPORT: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: l. https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. (vi) The requirement shall be FFP (firm fixed price) (vii) Period of Performance: Delivery shall be made no later than 30 days after receipt of order (ARO). Delivery: 434th Field Artillery Brigade Bldg 6130 Edwards St. Fort Sill, OK 73503-5000 (viii) The following provision applies to this acquisition: 52.212-1, Instructions to OfferorsCommercial Items. 52.211-6- Brand Name or Equal 52.252-1, Solicitation Provisions Incorporated by Reference http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil 252.212-7000- Offeror Representations and Certifications-Commercial Items (ix) The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). (x) Offerors are to include a completed copy of provision FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items with its offer. FAR Clause 52.204-7 Central Contractor Registration and DFARS Clause 252.204-7004 Alt A Reguired Central Contractor Registration applies to this acquisition. Company shall be registered in Central Contractor Registration (CCR) before an award can be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. (xi) FAR Clause 52.212-4 -- Contract Terms and Conditions -- Commercial Items is applicable. (xii) The following clause are applicable to this acquisition: a. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52-222-50, 52.225-13, 52.232-36, 52.222-41, 52-222-42, 52.222-44. b. 52.237-1 -- Site Visit c. 52.247-34F.O.B. Destination d. 52.204-4-Printed or Copied Double-Sided on Recycled Paper e. 52.202-1- Definitions f. 52.252-2- Clauses Incorporated by Reference g. 52.203-12- Limitation on Payments to Influence Certain Federal Transactions h. 52.203-7- Anti-Kickback Procedures In addition, the following DFAR clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52,203-3, 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7023 252.211-7003 Alt 1-Item Identification and Valuation 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 252.204-7003 Control of Government Personnel Work Procduct 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by Government of a Terrorist Country 252.232-7010 Levies on Contract Payments (xiii) Additional Clarifications and Additional Requirements are applicable to this acquisition: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this acquisition: Wage Determination No Date 05-2525 Revision 706/18/08 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Telecommunications Mechanic 1$20.28-36.25% CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. PAYMENTS In accordance with FAR Clause 52.232-36 Payment by Third Party, incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, simultaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month. The invoice shall contain as a minimum the following: name and address of the Contractor; contract number; contract line item number(s) and description in the order shown on the schedule; quantity; unit of measure; unit price and extended price; and the name, title, phone number and e-mail address of the person to notify in the event of discrepancies. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is:GSA Smart Pay Purchase Card (GPC) EXCEPTION TO ELECTRONIC PAYMENT REQUESTS DFARS 232-7002(a)(1) The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002(a)(1). The exception for this contract is purchase paid for with a Government wide commercial purchase card. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4.SHIPPING AND PAYMENT TERMS. 5.COMPLETE MAILING ADDRESS. 6.TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Martha Livsey at email martha.livsey@us.army.mil and Shari Greggs at email shari.greggs@us.army.mil. Clarifications and/or questions are due September 12, 2008 @ 2:00 p.m, CST. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. SITE VISIT: There will be a site visit for this project September 9, 2008. It would be to the advantage of all interested bidders to attend this site visit. SITE VISIT ARRANGEMENTS An organized site visit has been arranged to inspect the site where these services are to be performed. The site visit will be on September 9, 2008 at 9:00 a.m. CST. Persons attending the site visit should be at Directorate of Contracting, Bldg 1803, Fort Sill, OK no later than 8:45 a.m. CST on 9 September 2008. Due to the limited space available, each concern should limit the number of their representatives attending to two (2) persons. Written or telephonic notification of attendance must be received by the Contracting Officer not later than September 8, 2008, @ 4:00 p.m. CST. Point of contact is Martha Livsey, at telephone number 580-442-3514 or e-mail at martha.livsey@us.army.mil. (xiv) Submission of quotes shall be forwarded by September 19, 2008 3:30 P.M. CST using either facsimile at (580)442-8014 or email martha.livsey@us.army.mil or mail Directorate of Contracting P.O Box 33501 Fort Sill, OK 73503-9011.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=537436c9b0de4a49993426eac1140a0a&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK<br />
- Zip Code: 73503-0501<br />
- Zip Code: 73503-0501<br />
- Record
- SN01655585-W 20080831/080829221517-537436c9b0de4a49993426eac1140a0a (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 |