Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2014 FBO #4647
SOLICITATION NOTICE

N -- DTRA-Travis Closed Circuit Video Surveillance System - Statement of Work - Wage Determination

Notice Date
8/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Contract Office (BCOQ), 1680 Texas Street SE, Kirtland AFB, New Mexico, 87117-5669, United States
 
ZIP Code
87117-5669
 
Solicitation Number
HDTRA2-14-T-0017
 
Archive Date
9/20/2014
 
Point of Contact
Herbert A. Thompson, Jr., Phone: 505-846-8799, Rudy P. Chavez, Phone: 5058468457
 
E-Mail Address
herbert.thompson@dtra.mil, rudy.chavez@dtra.mil
(herbert.thompson@dtra.mil, rudy.chavez@dtra.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CCTV VSS Wage Determination CCTV VSS Statement of Work 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; quotations are being requested and a written solicitation will not be issued. This is a request for quotation and the applicable number is: HDTRA2-14-T-0017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a total small business set-aside. The applicable NAICS code is 517110 and the small business size standard is 1,500 employees. The Contract Line Item Number (CLIN) structure is as follows: CLIN 0001-Closed Circuit Television (CCTV) Video Surveillance System (VSS); 1 lot. CLIN 0002-Data Deliverables (Not Separately Priced). The description of CLINs 0001 and 0002 can be found in the attached Statement of Work (SoW). Delivery terms are FOB Destination with acceptance at Travis Air Force Base, CA no later than November 14, 2014. The provision at 52.212-1, Instructions to Offerors -- Commercial and the clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019), 52.204-7 -- System for Award Management, 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 -- Notice of Total Small Business Set-Aside, 52.219-28 - Post-Award Small Business Program Re-representation, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-41 -- Service Contract Labor Standards, 52.222-42 -- Statement of Equivalent Rates for Federal Hires, 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 -- Restrictions on Certain Foreign Purchases, 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel, 252.244-7000 Subcontracts for Commercial Items, 252.247-7023 Transportation of Supplies by Sea, apply to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The applicable Wage Determination is WD 2005-2069 (Rev.-14), dated July 25, 2014 (attached). Offerors shall include the following information in their quotation: A description of the proposed CCTV VSS that demonstrates the proposed technical solution meets the minimum functional requirements as specified in the SoW. A diagram of the offeror's proposed camera locations and their fields of view. Specifications for all proposed equipment and software, to include model and version information. A detailed description of the proposed warranty and whether or not the proposed system incurs any cost after installation. Selection will be made based on the lowest price of the offeror proposing a CCTV VSS that meets the following criteria: Proposal offers a complete and fully functional technical solution that meets or exceeds minimum functional requirements as specified in the SoW? All proposed camera placements provide the fields of view specified in the SoW? Offeror proposes only new Commercial Off-the-Shelf (COTS) components, equipment, and software, which, as of the proposal date, are the latest model or version? Proposed warranty includes all labor and materials at no charge for the first year as well as telephonic support and onsite remedial and, if necessary, preventative maintenance? Proposed system does not incur any cost after installation (e.g. yearly licensing fees). A site visit will be held at the DTRA facility on August 21, 2014, at 0930 local time. (Directions: Enter the main gate and continue on Air Base Parkway to Ragsdale Street. Turn right onto Ragsdale Street and continue on to Hickam Avenue. Turn Left onto Hickam Avenue and arrive at the site located at 510 Hickam Avenue.) Those potential offerors desiring to attend the site visit must provide their names and companies by noon August 18, 2014 via e-mail to herbert.thompson@dtra.mil. Those participating in the site visit will be required to provide a valid state identification (driver's license for drivers) and proof of insurance and registration for any vehicle entering the base. Personal electronic devices are not allowed inside the DTRA facilities. Responses to the solicitation are due no later than 2:00 pm Mountain Time on September 5, 2014, via e-mail to herbert.thompson@dtra.mil. Please contact Herbert Thompson at (505) 846-8799 or herbert.thompson@dtra.mil for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA02/HDTRA2-14-T-0017/listing.html)
 
Place of Performance
Address: 510 Hickam Avenue, Travis, AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03463243-W 20140815/140813235514-8c0529229e636f529d1aabd068d067f2 (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.