SOLICITATION NOTICE
63 -- Security System
- Notice Date
- 9/18/2008
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908T0727
- Response Due
- 9/25/2008
- Archive Date
- 10/10/2008
- Point of Contact
- Mary E. Williams 757-443-1340 Marsha S. Witcher, 757-443-1409
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-08-T-0727. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27 and DFARS Change Notice 20080915. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS co! de is 561621 and the Small Business Standard is $12.5M. This is a competitive, unrestricted action. The Fleet and Industrial Supply Center Norfolk requests responses from qualified sources capable of providing and installing: Five (5) interior close circuit television (CCTV) cameras (glass globe ceiling mounted 180 degree camera) for the United States Navy Ceremonial Guard located at 2798 Doherty Drive S.W., Building 47, Anacostia Annex, Bolling AFB, Washington, D.C. 20373. There is currently no security system in place. The cameras will be placed in the following areas: 1st Floor - There are two assembly areas requiring one camera in each room.2nd Floor - The hallway is on the second floor and is approximately 200 feet long, 35 feet wide and requires a camera to view the hallway.2nd Floor - The laundry room is located on the second floor off of the hallway and is approximately 46' x 25'.2nd Floor - The supply storeroom is located on the second floor which is approximately 20' x 10'. A DVR and monitor will need to be provided and placed at the front guard desk on the first floor. The DVR needs to be programmable and set to record only when motion is occurring in camera field of view for optimal storage. The system needs to be installed by 15 October 2008. A site visit will be held prior to receipt of offers, so that all perspective offerors may view and inspect the area where the security system is to be installed. The site visit will be held at the above location on 23 September 2008 at 9:00a.m. EST. All visitors must report to the Bolling AFB visitor's center with their driver's license and proof of registration in order to gain base access. The point of contact for the site visit is SK1 Jesse Johnson who may be reached at 202-433-9188. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration;52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-28, Post Award Small Business Program Rerepresentation,52.222-3, Convict Labor,52.222-19, Child Labor-Cooperation with Authorities and Remedies,52.222-21, Prohibition of Segregated Facilities,52.222-26, Equal Opportunity,52.222-36, Affirmative Action for Workers with Disabilities,52.222-50, Combating Trafficking in Persons,52.225-13, Restrictions on Certain Foreign Purchases,52.232-36, Payment by Third Party;52.215-5, Facsimile Proposals;52.247-34, F.O.B. Destination. 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;252.232-7010, Levies on Contract Payments;Within DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference:252.225-7001, Buy American Act and Balance of Payment Program,252.225-7000, Buy American Act-Balance of Payments Program Certificate (a) Definitions. Domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: -----------------------------------------------------------------------(Line Item Number Country of Origin) -----------------------------------------------------------------------(Country of Origin) (3) The following end products are other foreign end products: -----------------------------------------------------------------------(Line Item Number) -----------------------------------------------------------------------(Country of Origin) (If known) At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code, and GSA Schedule if applicable. Responses to this solicitation are due by 4:30 p.m. EST on 25 September 2008. Offers can be emailed to mary.e.williams1@navy.mil or faxed to 757-443-1333, Attn: Mary E. Williams. Telephone: 757-443-1340. Reference RFQ N00189-08-T-0727 on your proposal. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=040cc9fd6441e3c427d32c6b7d13e93d&tab=core&_cview=1)
- Record
- SN01674550-W 20080920/080918222041-897288950af4022f233f787deb8f22f8 (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 |