Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

63 -- The purpose of this amendment is to change the statement of work and extend the proposal submission date from 4 September 2012 to 11 September 2012.

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S712R0024
 
Response Due
9/11/2012
 
Archive Date
11/10/2012
 
Point of Contact
David Westall, 573-596-0252
 
E-Mail Address
MICC - Fort Leonard Wood
(david.r.westall.civ@mail.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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. Solicitation number W911S7-12-R-0024 is issued as a request for proposal (RFP).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 - 26 July 2012. This Request for Proposal is a Total Small Business Set-Aside under NAICS 334290 with a small business size standard of 750 employees. The Government intends to award a single firm-fixed-price contract on or about 15 September 2012. In accordance with FAR 52.212-2 Evaluation-Commercial Items the following evaluation factors will apply to this acquisition: 1. Conformity of the offeror's proposal meeting the salient characteristics for the required items. 2. Price. 3. Past performance. Factor 1 is more important that Factors 2 and 3; Factors 1 and 2, when combined are more important than Factor 3. This is a Low Price Technically Acceptable acquisition and trade offs are not allowed. The government intends to award without discussions however the government reserves the right to conduct discussions should the government determine that they are necessary. Ft. Leonard Wood MO requires the following items: 0001: six (6) fixed cameras conforming to the following salient characteristics: Vandal proof dome IP camera; Resolution: Full HD 1080; Effective Pixels (H x V): 1980 x 1080, 1280 x 720, 640 x 360; Video Compression: H.264 High Profile Level 4.2, MJPEG; Image Sensor: Progressive Scan CMOS with Removable ICR, True Day/Night; Frame Rate: Up to 30 frames per second in Full HD 1080p Mode ; Network: 10/100 Base-T (RJ-45); Alarm Contacts: 1 Channel Input/Output; Audio: Full Duplex Audio Connection; Audio Compression: G.711; Storage: Record to ONVIF NVR, FTP, NFS, CIFS, or Mini SD Privacy Masking: Yes; Protocol: ONVIF; Network Protocol: Multi-Casting, RTSP/RTP/RTCP, TCP/UDP, HTTP, DHCP, PPPoE, DDNS, NTP; Minimum Illumination: 1 Lux/F1.2 w/o IR ; Megapixel Varifocal Lens Included: 2.8-10 mm Analog Video Output: Yes. Clear2There C2TA52ULTRA or equal. 0002: one (1) IP PTZ Day/Night camera conforming to the following salient characteristics: Resolution: 1.3 Megapixel; Effective Pixels: (H x V) 1280 x 960; Video Compression: H.264 High Profile Level 4.2, MJPEG; Image Sensor: 1/3" Progressive Scan Low Light Megapixel CCD; Frame Rate: Up to 30 frames per second; Network: 10/100 Base-T (RJ-45); Alarm Contacts: 1 Channel Input/Output; Storage: Record to ONVIF NVR, FTP, NFS, CIFS, or Mini SD; Privacy Masking: Yes; Protocol: ONVIF; Network Protocol: Multi-Casting, RTSP/RTP/RTCP, TCP/UDP, HTTP, DHCP, PPPoE, DDNS, NTP; Minimum Illumination: 0.2 Lux/F1.2; Megapixel Lens Included: 4.7 - 84.6mm, 18X Optical Zoom; Pan/Tilt Range: 360 /0-92 Auto Flip; Analog Video Output: Yes Housing: Heater/Blower Housing Included: Clear2There C2TPTZ13MPIP or equal. 0003: Installation of the cameras : the fixed cameras will be installed in three buildings located at Ft. Leonard Wood, MO. The PTZ camera will be installed on a tower vicinity intersection of Polla Rd and Indiana Rd. Ft. Leonard Wood, MO. An organized site visit will be held on 21 August 2012 at the MICC-ICO Ft. Leonard Wood offices located at Bldg 606 Ft. Leonard Wood, MO. at 10:00 am CDT. Attendance is not mandatory but is strongly advised and nonattendance will not disqualify an offeror from contract award. Invoicing and payment shall be accomplished through Wide Area Work Flow (WAWF). The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation, FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items, DFARS 252.225-7022 Trade Agreements Certificate-Inclusion of Iraqi End Products, DFARS 252.225-7031 Secondary Arab Boycott of Israel, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7000 Material Inspection/Acceptance Report, DFARS 252.211-7003 Item Identification and Valuation: The following FAR and DFARS provisions and clauses are incorporated by full text FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.216-1 Type of Contract, FAR 52.216-18 Ordering, FAR 52.233-2 Service of Protest, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.216-7006 Ordering, Local Clause 5152.209-4000 DoD Level I Antiterrorism (AT) Standards, Local Clause 5152.233-4000 AMC-Level Protest Program. Provisions and clauses may be accessed at FAR: https://www.acquisition.gov/far/ or DFARS: http://farsite.hill.af.mil/VFDFARA.HTM. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (SAM.gov) RECORD WITH THEIR QUOTE. Paper copy of 52.212-3 is in the Attached Documents. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Questions regarding this combined synopsis/solicitation are due no later than 2:30pm Central Daylight Time on 22 August 2012 and may be submitted in writing via e-mail to david.r.westall.civ@mail.mil. Proposals shall be submitted in writing no later than 3:00pm CDT on 4 September 2012. The following addresses are applicable: If via USPS: MICC Ft. Leonard Wood, ATTN: David Westall; PO Box 140., Ft. Leonard Wood MO 65473-0140. If via commercial delivery service to: MICC Ft. Leonard Wood, ATTN: David Westall; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. Proposals may be submitted via e-mail to david.r.westall.civ@mail.mil. Electronic submissions shall be in MicroSoft Office of PDF format. Offerors shall submit complete technical data for the items in the proposal. All proposals shall reference solicitation number W911S7-12-R-0024 in the subject line. The point of contact for this solicitation is David Westall, Contracting Officer; phone (573) 596-0252 (collect calls will not be accepted) or via e-mail at david.r.westall.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fecf9db3f550f5a020b61de2d24a1989)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN02866627-W 20120906/120905000448-fecf9db3f550f5a020b61de2d24a1989 (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.