SOLICITATION NOTICE
63 -- CCTV Systems
- Notice Date
- 7/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1901 North Highway 360, Sutie 500, Grand Prairie, TX 75050
- ZIP Code
- 75050
- Solicitation Number
- HSHQC7-11-Q-00032
- Response Due
- 7/22/2011
- Archive Date
- 1/18/2012
- Point of Contact
- Name: Lavonda Adams-Krop, Title: Contract Specialist, Phone: 8176496240, Fax:
- E-Mail Address
-
lavonda.krop@dhs.gov;
- 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; bids are being requested and a written solicitation will not be issued.The solicitation number is HSHQC7-11-Q-00032 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-07-22 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Office of Procurement Operations requires the following items, Brand Name or Equal, to the following: LI 001, Provide and install one(1) 8-Channel Color Digital Video Recorder (DVR) with a built-in DVD burner with at least a 500 GB Hard Drive or larger for video storage in a rack in the LAN Room., 1, EA; LI 002, Provide and install one(1) 4 Channel Video Distribution Amplifier to be located in the Rack in the LAN Room., 1, EA; LI 003, Provide and install four(4) 19? Color Flat Screen LCD Monitors. One(1) at the Guards Desk, One(1) in the LAN Room for the DVR, One(1)in the Managers Office on a wall mount and One(1) at the Employee Entrance on a Wall Mount. Drawings available by request., 4, EA; LI 004, Provide and install eight(8) Color Mini Dome Cameras.Three (3) in the main Reception Area one facing the Entry Door and two looking at the interview windows on each side of reception area. Four (4) cameras looking down the In Front Interview hallways, and one (1) camera mounted in the hall looking at the Employee Entrance Door and viewed on the Monitor at the Employee Entrance Door. As per attached Drawing., 8, EA; LI 005, Provide and install one(1) 8 Camera 24VAC Power Supply in the Rack in the LAN Room., 1, EA; LI 006, Provide and install one(1) 48? Rack with Casters to house the DVR and Power Supply in the LAN Room., 1, EA; LI 007, Misc. Equipment and Parts: Provide all necessary equipment parts to install and make the system work. The Contractor shall remove and dispose of all old equipment in a proper and safe manner., 1, EA; LI 008, Provide and install one(1) Alarm Panel Compatible with The Denver Mega Center Monitoring Station (i.e. the Ademco Vista 128 or Equivalent). To be located in the LAN ROOM., 1, EA; LI 009, Provide and install two (2) Digital Keypads for the IDS System to be known as Partition #1. Mount one (1) Keypad on the inside wall at the Employee Entrance Door and one(1) Keypad at the East Emergency Exit Door., 2, EA; LI 010, Provide and install two (2) Keypads for the Duress System to be known as Partition #2 to monitor the Local Duress Buttons Located at all Interview Windows, Private Interview Room, and the Managers Office. Locate one(1) Keypad at the Guards Desk and one(1) Keypad in the Managers Office., 2, EA; LI 011, Provide and install two (2) Duress Buttons that will be monitored in Denver and assigned to partition #1. One(1) button to be located at the Employee Entry / Exit Door and one(1) at the East Emergency Exit door., 2, EA; LI 012, Provide and install eighteen (18) Local Duress Buttons one(1) at each Interview Window, one(1) in the Private Interview Room and one(1) in the Managers Office all assigned to Partition #2., 18, EA; LI 013, Provide and install four (4) ? Recessed Door Contacts, one(1) at each reception Door and one(1) at Employee Entry/Exit Door and one(1) at Emergency Exit Door., 4, EA; LI 014, Provide and install eight (8) 360 Degree Duel Tech Motion Detectors to be located as per drawing specification., 8, EA; LI 015, Provide and install one (1) Glass Break Detector at the Main Lobby Doors., 1, EA; LI 016, Provide and install at least four (4) Eight Zone Expanders to the System. All Zones will have an end of line resistor located at end of each device and not in the panel. All devices will be home run to the panel unless its tied into a supervised polling loop in which case the resistor will be out at the device not in the Expander., 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Office of Procurement Operations intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Office of Procurement Operations is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQC7-11-Q-00032/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02488145-W 20110703/110701234415-209152ef9f5bb4e7383888acd15b68bd (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 |