Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

63 -- SECURITY SYSTEM - FAR provision 52.212-3 - SECURITY SYSTEM SPECIFICATIONS - DAVIS BACON WAGE RATES

Notice Date
8/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-11-042-REL
 
Archive Date
8/31/2011
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Applicable DBA Wage Rates for Installation of Security System Specifications for Security System Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2011) that must be completed and submitted with the offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b); FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.101, Non-Personal Service Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-11-042-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industry Classification System code is 561621 and the small business size standard is $12.5 million. PRICE SCHEDULE - SECURITY SYSTEM: 1. DVS 16 Channel H.264 DVR w/2 TB Hard Drive Rack mountable or Equal - 3 EA @ $____________________ = $________________________; 2. 2 TB Hard Drive - 3 EA @ $____________________ = $_________________________; 3. DVS 570 Line Hi-Res Day/Night Color Dome Camera with Sony SS11X DSP Chipset with Manual Cut Filter (Dual Voltage) or Equal - 39 EA @ $____________________ = $_________________________; 4. DVS Interior PTZ 570 Line Hi-Res Color Day/Night Camera with Sony X-View Chipset 18X Zoom ICR or Equal - 1 EA @ $____________________ = $_________________________; 5. DVS Exterior PTZ 570 Line Hi-Res Color Day/Night Camera with Sony SS11X DSP Chipset 36X Zoom ICR w/Heater and Blower or Equal - 8 EA @ $____________________ = $_________________________; 6. 1000' Camera Video and Power Cable - 10 EA @ $____________________ = $________________________; 7. 1000 VA Battery Back-up - 3 EA @ $____________________ = $_________________________; 8. 37" Monitor - 3 EA @ $____________________ = $________________________; 9. 16 Camera 24 Volt Power Supply - 3 EA @ $____________________ = $_________________________; 10. 22" Flat Panel Monitor - 1 EA @ $____________________ = $_________________________; 11. Installation - 1 LS @ $_________________________; 12. Training - 1 LS @ $_________________________; 13. Technical Support - 12 MO @ $____________________ = $_________________________; GRAND TOTAL - $_________________________. BACKGROUND AND OBJECTIVE: The Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana would like to update their entire Security System with a more current and workable system. STATEMENT OF WORK: The Contractor shall furnish all labor, materials, transportation, tools, supplies, equipment, and appurtenances necessary to replace the current Security System with an entirely new system in accordance with the price schedule and attached specifications. Installation shall include all wiring and set up of the servers. The hardware requirements will be specified by the Northern Cheyenne Service Unit. The Contractor shall provide information relating to the Security System features, Installation, Training, Warranty and Technical Support. The Contractor shall provide onsite training and technical support within 24 business hours of the facility's request. The Contractor shall provide sufficient training to staff on all aspects of the operation of the equipment and software. The Contractor shall provide sufficient technical support for the equipment. The Contractor shall provide a follow up onsite visit for training on the equipment at least six months and no more than 12 months after the equipment is installed. All systems and components shall include 24 hour technical support available from the manufacturer, local Certified Security Dealer or installer. The Contractor shall provide all manuals and warranty information following installation. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer's system. The project shall be completed within NFPA standards, NEC, local and state building codes. General Decision Number: MT100068 dated 07/15/2011 is applicable to this project in accordance with the Davis Bacon Act (40 U.S.C. 3141 et seq.). PERIOD OF PERFORMANCE: Installation - 60 days After Receipt of Order (ARO); Technical Support - 12 months. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S TECHNICAL REPRENTATIVE (COTR): The COTR shall be responsible for: (1) Coordinating the delivery and installation of the security system; (2) Coordinating the onsite training; (3) Monitoring the services; (4) Conducting technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of the contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the COTR. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1, Instructions to Offerors Commercial Items; and 52.212-3, Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price, past performance, equipment features, installation, training, technical support, and the warranty on labor and materials. The Indian Health Service will conduct a comparative evaluation of the quotations based on the proposed prices and the other price related factors. The Indian Health Service shall award a contract to the Contractor that can provide the equipment and services that represents the best value to the Government. The following factors shall be used to evaluate offers: (1) Security System = 70 POINTS. (The Contractor must provide literature with the price quote that identifies the features of the Security System as well as the requirements for Installation, Training, Warranty and Technical Support). (2) Past Performance = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts. The Contractor must furnish a minimum of 3 references or other evidence that verifies the services required by this contract can be fulfilled without creating undue hardship upon the Company or the Indian Health Service. The offeror must include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service; (4) Total contract value; (5) Contracting Officer/Company Manager and telephone number; and (6) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.211-6, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.225-25, 52.229-3, 52.232-18, 52.237-1, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at https://www.bpn.gov/CCR/default.aspx or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on August 16, 2011. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-11-042-REL/listing.html)
 
Record
SN02518105-W 20110804/110802234720-ce56a72fab15992ff3e4cc8bd37a67a8 (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.