SOLICITATION NOTICE
63 -- Surveillance Cameras
- Notice Date
- 5/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
- ZIP Code
- 80401
- Solicitation Number
- AG-82A7-S-10-0057
- Archive Date
- 5/25/2010
- Point of Contact
- Kelly J Fortney, Phone: 919-549-4001
- E-Mail Address
-
kjfortney@fs.fed.us
(kjfortney@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). Quotes are being requested and a written solicitation will not be issued. The solicitation number is AG-82A7-S-10-0057. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. NAICS is 561621 with a small business size standard of 100 employees. Solicitation is for a commercial purchase of surveillance cameras (see specifications below). This acquisition is a 100% small business set-aside. USDA Forest Service, WO AQM, Job Corps Support Branch is seeking contractors capable of providing of the following items: SPECIFICATIONS FOR SURVEILLANCE CAMERAS Summary of Work: Supplying U.S.D.A. Forest Service at L.B.J. Job Corp. with Cameras and associated equipment including materials and installation of said equipment and materials including any peripheral tasks required for successful completion of work. All work to conform to local codes and standards. Furthermore, quality control with be managed by local Govt. official (COR II). Description Quantity/Manufacture MFG P/N •16 analog/8IP Video Server (1) Exacq 1608-48-100-R2 •Additional IP Licenses (8) Exacq EVIP-01 •IP Camera (14) Axis Q1755 •Housing for IP Camera (14)Axis T92A20 •Analog Camera (4) Speco HTINTB2 •Power Supply /Analog Camera (2) Altronix ALTV1224C •UPS (3) Minute man PRO1500E •Successful bidder shall provide equipment and materials whose specifications meet or exceed the equipment listed above •Successful bidder shall be responsible for modifications required to successfully install new Camera System. •Successful bidder shall be responsible for delivering and uncrating the equipment and materials. •Successful bidder shall be responsible for complete turnkey installation of new Camera system, including any peripheral tasks required for a successful installation. •Successful bidder shall have 30 Calendar Days from award of bid until completion. Shipping & Installation Location •Ship To: Lyndon B. Johnson Job Corps. 3170 Wayah Rd. Franklin, NC 28734 •County: Macon •Jobsite Phone:(828)524-1429 •Shipping Weight: •Kent Gibson- FS. Official – COR II Kent Gibson –Work Program Officer – Facility Manager 3170 Wayah Rd. Franklin, NC 28734 (828) 524-1429 Office (828) 371-8048 Cell e-mail: kgibson01@fs.fed.us Note: Prices include delivery of material and installation of all cameras and associated equipment at Lyndon B Johnson Job Corps Center. New equipment only; no remanufactured items; all items must be covered by the manufacturer’s warranty. Quotes must be good for 30 days after the close of the solicitation. Partial shipments are not acceptable. Delivery: Please include delivery time. Place of delivery, performance, and acceptance is free on board (FOB) Destination, Lyndon B Johnson Job Corps Center, 3170 Wayah Rd, Franklin, NC, 28743. Shipping must be FOB destination, which means that the seller must deliver the good on its conveyance at the destination specified above, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified location. The following provisions and clauses apply: Quoters are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis and according to FAR 52.211-6, Brand Name or Equal. Quoter must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the quoter is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected quoter must submit a completed copy of the listed representation and certifications outlined in FAR 52.212-3, Offeror Representations and Certifications – Commercial Items OR have completed the annual representations and certifications electronically at http://orca.bpn.gov. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/FAR/. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/FAR/. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 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 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-4 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim Quotes are due at the USDA Forest Service, WO-AQM Job Corps Support Branch, Attention: Kelly Fortney- Contracting Officer, 3041 Cornwallis Rd, RTP, NC 27709 no later than Close of Business (COB) Monday, May 10, 2010, 4:00 p.m. EST. Quotes may be e-mailed to the following: kjfortney@fs.fed.us Faxed quotes can be sent to 919-549-4047.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82A7-S-10-0057/listing.html)
- Place of Performance
- Address: Lyndon B Johnson Job Corps Center, 3170 Wayah Rd, Franklin, North Carolina, 28734, United States
- Zip Code: 28734
- Zip Code: 28734
- Record
- SN02140950-W 20100507/100505234953-a4993dbf76fc7c7a34de5b22870a2d77 (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 |