Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

63 -- Sentinel camera Avida Security System

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VVJS8235AC03
 
Archive Date
10/14/2008
 
Point of Contact
Scott F Gebhardt,, Phone: 813-828-7458, David F Cassidy,, Phone: 813-828-2936
 
E-Mail Address
scott.gebhardt1@macdill.af.mil, david.cassidy-02@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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, and is 100% set-aside for small business. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VVJS8235AC03. The 6th Contracting Squadron, MacDill AFB, Tampa, Florida, requires the following items: Sentinel camera Avida Security System. Shipping to MacDill AFB, FL 33621. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 Jun 2008, DFAR DCN 20080915, and AFFAR AFAC 2008-0605, effective June 05, 2008. The North American Industry Classification System (NAICS) is 334290. The Standard Industrial Classification (SIC) is 3669 with a small business size of 750 employees. A firm fixed price contract will be awarded. DESCRIPTION: Sentinel camera Avida Security System Avida Security Works 3 IDS-V4Q-SM1 IDS Sentinel-V4Q, 4 Camera Digital Video Monitoring/Recording & Alarm Monitoring - (1) Dell Dimension ATG with 14in LCD, 120GB HD, DVD+/-RW Drive - (1) Z1600 Alarm Monitoring Software - up to 100 sensors - (1) Video Monitoring & Recording Software - (8) Magnetic Door/Window Sensors - (4) Indoor Miniature PIR Motion Sensors - (2) Waterproof Panic Pendant - (1) Mounts, cables, power supplies and accessories - PKG-PEL-L Custom Packaging in Large Pelican (e.g. 1650) Optional Laptop Upgrades 3 Dell XFR-D630 Rugged Laptop System Upgrade AR4DV Receiver System for Alarm Sensors, Analog Video, IP Video 3 PNL-AR4DV-3POE Integrated Alarm, 4 Channel Analog and PoE IP Video - 900MHz Alarm Receiver, Network enabled - (2) 900MHz Diversity Antennas - (2) IP ports - standard 10/100 - (3) IP ports with PoE - (4) PVX Power/Video inputs for wired/wireless video cameras/receivers - (4) BNC Video inputs for customer camera - (4) DVMS-1C+ license keys for 4 channels analog video - Battery Backup Mesh Node System- (1) Base Station, (2) Wireless Mesh Nodes 3 Mesh Node System- (1) WFM4P IP Mesh, Dual Radio, (Repeater, Base or 2xIP-Cam), (2) WFM4S-2P IP Mesh, Single Radio, (2xIP-Cam with PoE) IP Cameras for Mesh Nodes 9 IPA-1212 IP Camera, 3 Megapixel, Electronic PTZ with 3x zoom, PoE Wired Outdoor Video Cameras 3 PVX-WADN 2 Outdoor Wired Auto Day/Night (0.0003 Lux) Cameras with cabling Wireless Video Concealment 3 PVX-AVDPFV-2X Wireless Camera/Transmitter in Black "Vase" - Dual Transmitter (200mW / 1W) - (2)Internal 6hr battery, charger, accessories COFDM Digital Video Upgrade for PVX-AVDPFV-2X Black "Vase" 3 Stryker COFDM Digital Video Transmitter and Receiver. 2.5MHz bandwidth upgrade. 100mW transmitter. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 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; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, and 52.217-9, Option to Extend the Term FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 29 September 2008, 9:00 A.M. Eastern Standard Time. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Scott Gebhardt, 2606 Brown Pelican Ave., MacDill AFB, FL 33621 on or before the response time. Offers shall also be accepted via email or fax. Email: Scott.gebhardt1@macdill.af.mil. Fax: 813-828-5111. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b5f1764ce64334e554912cdc556ffd9&tab=core&_cview=1)
 
Place of Performance
Address: Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01679301-W 20080925/080923221052-4b5f1764ce64334e554912cdc556ffd9 (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.