SOLICITATION NOTICE
J -- The JFHQ-DC-J3/JOC is soliciting for Physical Security Equipment Upgrades to mitigate vulnerabilities and the risk of theft. See the attach Scope of Work for details.
- Notice Date
- 8/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
- ZIP Code
- 20315-0350
- Solicitation Number
- W74LSX01610006
- Response Due
- 9/3/2010
- Archive Date
- 11/2/2010
- Point of Contact
- Lionel Johnson, 2026857863
- E-Mail Address
-
USPFO for DC
(lionel.johnson2@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. This RFP is an Open Market request. Anticipated award is NLT 8 September 2010. Request all pricing information be received by 3 September 2010. Central Standard Time. This is a 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; bids are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code is 561621. This is a Total Small Business Set-Aside with a small business size standard of $12.5 million. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. Quotes must be received no later than 3:00 p.m., EST, 3 September 2010. Responses may be sent electronically to Lionel Johnson, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: lionel.johnson2@us.army.mil. All questions should be submitted to lionel.johnson2@us.army.mil no later than 27 August, 2010. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Items (Nov 2007) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The following FAR clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ and is amended to add the following FAR clauses: 52.204-7 Central Contractor Registration (Jul 2006), 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008). The following additional FAR Clauses are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003);52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-41, Service Contract Act (1965); 52.222-50, 52-223-15 Energy Star, 52.223-16 EPEAT, Combating Trafficking in Persons (Aug 2007; 52.232-33). The following DFARS clauses apply 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) specifically the following clauses under paragraphs (a) and (b) are applicable; 252.204-7004, Alternate A (Sep 2007). This contract incorporates one or more clauses by reference, with the same force and effects as if they were given in full text. Upon request, the contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically by these addresses: www.farsite.hill.af.mil or www.arnet.gov/far. The following additional clauses are also incorporated into this solicitation DFAR 252.204-7004 Alt A, Required Central Contractor Registration The JFHQ-DC-J3/JOC is soliciting for Physical Security Equipment Upgrades to mitigate vulnerabilities and the risk of theft. See the attach Scope of Work for details. Requesting a price quote for the items listed below; DESCRIPTION QTYUNIT PRICE TOTAL PRICE MR-100 Waist High Turnstiles, Portable 2 ea Handicap Gates (entrance and exit), Portable 2 ea Railing System w/flooring, removable 1 ea Video Intercom System w/Door station/Master 1 ea CAC Card Readers 4 ea Pedestrian Gate/ Handicap Ramp Lot #10 1 ea Vandal Resistant Video Intercom System 4 ea The contractor shall provide a price quote for all the items listed below. SCOPE OF WORK District of Columbia Army National Guard Joint Force Headquarters NEW Moveable Turnstiles, Handicap Gates, Rail and Video Intercom for North Entrance and Handicap Pedestrian Gate w/ Ramp for Parking Lot # 10 JFHQ-DC-J3/JOC DCARNG 2001 East Capitol Street SE Washington, DC 20003-1719 GENERAL a.Scope of Work: Contractor shall furnish and install 2 (two) Moveable turnstiles with movable flooring, 2 (two) Handicap gates with moveable flooring, 1 (one) railing with moveable flooring, 3 (three) card readers and (5) Video Intercom systems to include all door and gates stations and desk master station as required (1 each ) at locations, North front entrance, Parking Lot # 9 gate, Parking Lot #10 gate, Parking Lot# 2 Gate and DC Drill Hall Ramp Gate. Contractor shall also install 1 (one) Handicap Pedestrian Gate to include ramp and CAC Card Reader at Parking Lot#10. SCOPE OF SERVICES Contractor shall provide all materials, labor and freight needed for this scope. Portable MR-100 Waist High Turnstile Dimensions: Height: 39 Width: 28 Depth (with arms): 25.5 Arms: 1-1/2dia x 18.5 Long Options: Electronic locking module featuring heavy duty 24VDC solenoids and card reader interface. Available as Fail-Safe (free passage on power failure) or fail-Lock (locked passage on power failure) can interface with card readers, computer attendance systems, wireless remote controls and metal detectors. Electronic 6 digit resettable counter with LCD display Portable Feature with diamond steel tread plate, stainless steel Guide rail and wheels. Indicator Lights showing red and green to indicate turnstile status. KCS-1ARD Color Video entry and Access Control and KA-DGR Panel and Video Output Kits Features and Functions: One door station and one monitor/handset Wide angle color tilt camera Color Video monitor (4 TFT) Chime at inside monitor when called from door or gate Audio and video turns on when called or when monitoring Visually identify visitors before letting them in Handset for two-way communication at inside station Hands free communication at the door station Built in illumination for low light conditions Movable Handicap Gate: Contractor will have to fabricate equipment to be welded construction and all welds will be chipped and exposed welds will be ground smooth and painted black. SCHEDULE Contractor will begin this service immediately upon award. TECHNICAL DIRECTION: The contractor will furnish the name of materials being used for this SOW to USPFO-DC, 189 Pormeba Court SW, Bldg.350, ANAS Washington, DC 20373, and Attn: Contracting Officer for safety/environmental approval if required. Additionally, any item involving safety/environmental services will involve a work stoppage; will have to have representatives from the District of Columbia National Guard review, before any work can be continued. WARRANTY: The Contractor shall provide the owner with a written manufacturer warranty and owner manuals prior to final acceptance. Warranty shall include all materials and workmanship required and any mechanical services covered during the duration of said warranty.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W74LSX01610006/listing.html)
- Place of Performance
- Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
- Zip Code: 20315-0350
- Zip Code: 20315-0350
- Record
- SN02253656-W 20100826/100825000157-8951c94881091a521c47da035521c85a (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 |