Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2009 FBO #2685
SOLICITATION NOTICE

63 -- Access Control System

Notice Date
4/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Louisiana, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-09-T-0007
 
Response Due
4/14/2009
 
Archive Date
6/13/2009
 
Point of Contact
Jason Meyers, 318-641-5352<br />
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912NR-09-T-0007 and is issued as Request for Quotation (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit RFQs. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-04-14 10:00 a.m. Central Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Pineville, LA 71360 This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. This solicitation is set aside for small business; however, large business will be considered if no small businesses respond with a quote. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. This solicitation is set aside for small business. The North American Industry Classification System (NAICS) code is 561621. Size Standard: 12,500,000.00 million sales per year Contractor facilities must meet minimum standards for Federal, State (Louisiana), and local government, as well as industry standards for health, welfare and the safety of our soldiers. The following will be used to evaluate offers: price or cost to government. Contract may or may not be divided between contractors depending on price and convenience to the government. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. Point of contact for this RFQ is MAJ Jason B. Meyers at (318) 641- 5352. Quotes can be e-mailed to Jason.meyers@us.army.mil or faxed to (318) 290-5986. No special format or form is required for your quote. Quotes are due not later than 10:00 a.m., CST on Tuesday April 14, 2009. All responsible sources may submit an offer, which shall be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be a best value to the Government. The Aiphone is the ACS system that the LA National Guard selected to standardize as their compliant Access Control System. The LA National Army National Guard requires the following items, Brand Name or Equal, to the following: CLIN 0001: Removal of CCTV Equipment listed below and install in the new Joint Operations Center. Other than existing equipment listed below, all supporting new coax, wiring, and supplies should be included when reinstalling into the new building at 420 F St. Provide all labor and materials equipment to successfully complete the removal and installation. Remove 4 interior dome cameras and 2 exterior cameras, DVR, Monitor, and all accessories from old location (801B 11th St.). Install these same 6 cameras, DVR, Monitor, and accessories at new location (420 F St.). New coax, wiring, and conduit shall be configured at new location. Install system in working condition at new location. 2 exterior cameras shall be installed - 1 at left side door and 1 toward exterior building. 4 interior cameras shall be installed 2 at doors and 2 at inside operations center. Include labor. CLIN 0002: Supply and Install in working condition at new location. Access Control Doors 1 Brivo Main Access Control Panel (ACS-5008S) / 1 Brivo 2 Door Expansion Control Panel (ACS-5000DB) / 4 Brivo Proximity Readers (HID5395CG100 Std Prox) / 4 H.E.S. 9600 Series Electronic door Strikes / 1 Altronix Power Supply AL1024ULA CM / Wiring and miscellaneous supplies. Include labor. CLIN 0003: Supply and Install in working condition at new location. Train the proper use of controller and printer. 1 Brivo OnSite SE ACS-SE Appliance Controller (needed for badging) / 300 HID ISO Prox II Badges 6 packs or 50 (HIDI386LGSMN) / 1 Rio 2E Single side color card badging printer (ULTRA-M9006-749 / 1 Rio 2 LCI/D5 Panel Color Dye Film (YMCKO-300 Images)- ULTRA N9005-761MED / 1 Rio 2 Cleaning Kit Medium 10 Cards / 2 pens / 3 cleaning rollers (ULTRA-N9005-7671MED). Include labor. CLIN 0004: Supply and Install in working condition at new location. 3 Aiphone Master Stations at Desks (LEF5) / 2 Aiphone LE-DA Sub Stations at Doors / 2 Aiphone RY-PA Door Release Relays / 1 Aiphone Power Supply (PS-1225I) with 20 conductor wiring between masters 22AWG, 3 conductor wiring doors to masters 22AWG, 2 conductor wiring door release 18AWG, wiring and miscellaneous supplies. Include labor. The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.arnet.gov/far. Desired Delivery: 40 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could 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. New equipment only except for removal of all CCTV Equipment. No remanufactured or used products. No 'grey market' items. F.O.B Destination CONUS (Continental US). RFQ must be valid for 45 days. To avoid any confusion of the scope of work, the contracting officer will not accept any questions and hold a site visit is scheduled for Tuesday, April 7, 20098 at 1:15 p.m. CDT for all questions. Vendors are urged and expected to inspect the site where the work will be performed. All participants are to meet at JOC headquarters, Bldg 801B, 11th St., Camp Beauregard, Pineville, LA 71360 and move to the new facility at 420 F St., also located on Camp Beauregard.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a418ab1c3cfb41017c6f1c1e86a5e3dd&tab=core&_cview=1)
 
Place of Performance
Address: J3 JOC 420 F Street, Camp Beauregard Pineville LA<br />
Zip Code: 71360<br />
 
Record
SN01782950-W 20090403/090401220401-a418ab1c3cfb41017c6f1c1e86a5e3dd (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.