Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2009 FBO #2851
SOLICITATION NOTICE

63 -- Security Camera and Accessories

Notice Date
9/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ09T0908
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
Tammie Adair, 907-384-7104
 
E-Mail Address
ACA, Fort Richardson
(tammie.adair@us.army.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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This synopsis solicitation number is W912CZ09T0908. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular. (iv) The applicable NAICS is 334310. (v) This synopsis solicitation contains (7) line items. Quotes are being sought from Total Small Business Set aside. Shipping must be FOB destination Fort Richardson, Alaska 99505-6500. (vii) Delivery location: Fort Richardson Alaska 99505-6500. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before October 15, 2009. CLIN0001 Manu: Reconyx or equal/SC95, Digital Infrared Security Camera, Qty 12, each CLIN0002 Python Professional or equal, Camera Locks, 6 ft cable item, Qty 12, each CLIN0003 VersaMount or equal/#153, Camera Mount for CLIN0001, Qty 12, each CLIN0004 San Disk Ultra II or equal, 4GB Compact Flash for CLIN0001, Qty 24 each CLIN0005 Power Pack-Battery Charger Kit for CLIN0001, Qty 12 each CLIN0006 Cable Box, Reconyx or equal, Cable box conceal item in CLIN0001, Qty 2 each. CLIN0007 Rapid Fire or equal, Utility Box to disguise item in CLIN0001, Qty 2 each. ADDITIONAL SPECS CLINS 0001-0007, Specs are approximate;: Vendor may quote the Reconyx/RapidFire or equal, ALL ITEMS QUOTED MUST BE COMPATIBLE TO the DIGITAL SECURITY CAMERA quoteD IN CLIN0001, INCLUDE LOCKS AND MOUNTS, FLASH CARDS, BATTERY CHARGER, CABLE BOX, UTILITY BOX, NO INSTALLATION REQUIRED. ITEM SPECS for CLINS 0001-0007 or equal to the manufacturer Reconyx. Specs are approximate.CLIN0001: SC95 Reconyx, RapidFire Digital Infrared Security Camera or equal; General Purpose Surveillance Camera - 3.1 MP Color by day, Covert Infrared by night. Includes loop recording, weekday/weekend scheduling capability, MapView Image Management and Security Scheduling software. Trigger Speed: 1/5 Second, Video Speed, 1 frame per second, Image Resolution: 1080P/3.1MP, Image Detail: Color day/Mono Night, Infrared Illumination: No Glow High Output Covert Infrared, Infrared Flash Range: Up to 50 Feet, Gatter Life,: Up to 10,000 Images, Memory Capability: Compact Flash up to 32 GB, 4 GB Memory Card Capacity: 10-15,000 Images, Operating Temperature: -40F to +120F; Theft Deterrence: Code Lock Pass-Code Protection: Time Lapse Surveillance: Included, Loop Recording: Included; Weekday/Weekend Scheduling: Image Data: Time, Date, Temperature and Moon Phase; Battery Requirements: NiMH Rechargeable or 1.5 Volt Lithium: Battery Quantity/Size: 6-C or 6-AA (With Included Adapters) CLIN0002- Camera Locks, Python Professional or equal (Compatible with item you quote in CLIN0001) Camera locks are for securing camera in CLIN0001. Locks: 6 Foot cable and keyed with each quantity ordered. CLIN0003-VersaMount #153 or equal; Omni-directional mounting system with quick-release pod head and 8-ft ratchet strap. *Vendor; PLEASE INCLUDE YOUR CCR DATA, DUNS, AND CAGE CODE as well as your Item Specs/Pictures and expected delivery date with your quote. ALL ITEMS CLIN0001-CLIN0007 DELIVERED FOB DESTINATION FORT RICHARDSON, ALASKA 99505 FOR QUESTIONS, PLEASE CONTACT TAMMIE L. ADAIR, tammie.adair@us.army.mil. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technical Capability, Delivery, Price. Complete Delivery, FOB Destination, Fort Richardson, Alaska 99505-6500 on or before 15 October 2009. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Addendum to 52.212.-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders---Commercial Items. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ; FAR 52.214-21 Descriptive Literature; FAR 52.204-7 (ALT 1) Central Contractor Registration; FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature; FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms; DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; FAR 252.211-7003 Item Identification and Valuation; FAR 252.225-7001 -- Buy American Act and Balance of Payments Program; FAR 252.225-7002 Qualifying Country Sources As Subcontractors; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity ; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 12:00pm, Alaska Time, 14 September 2009 via email tammie.adair@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. Faxed copies of quotes will not be considered. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Tammie Adair via e-mail: tammie.adair@us.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7104, the e-mail and attachment will be discarded without being read.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/W912CZ09T0908/listing.html)
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd Floor Fort Richardson AK
Zip Code: 99505-0525
 
Record
SN01952378-W 20090914/090912233919-3bcea6efd4f89cbe0d7d6fade693506c (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.