Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2015 FBO #5035
SOLICITATION NOTICE

59 -- Security Camera System for Sector Mobile - Statement of Work

Notice Date
9/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Sector Mobile, South Broad Street, Building 101, Mobile, Alabama, 36615-1390, United States
 
ZIP Code
36615-1390
 
Solicitation Number
HSCG29-15-Q-8M2823
 
Archive Date
10/7/2015
 
Point of Contact
Sterling Davis, Phone: 2514416008, Toby Sutton, Phone: (251)441-6014
 
E-Mail Address
sterling.t.davis@uscg.mil, Toby.L.Sutton@uscg.mil
(sterling.t.davis@uscg.mil, Toby.L.Sutton@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-18 Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The solicitation number is HSCG29-15-Q-8M2823. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through federal acquisition circular 2007. This acquisition is issued as a Request for Quotes (RFQ) and is 100% set aside for small business concerns. Evaluation Process: Lowest Price Technically Acceptable. NAICS code is 561621 and the size standard is $20.5 million. US Coast Guard intends to solicit and award a firm-fixed-price contract for the purchase and installation of a replacement CCTV security system for Sector Mobile located at 1500 15th Street, Mobile, AL 36615. The source selection process to be utilized for this acquisition will be lowest price technically acceptable. Period of performance is 5 business days after receipt of the notice to proceed. The Government will award a contract resulting from this Request for Quote (RFQ) to the responsible offeror whose offer conforming to the RFQ is the Lowest Price Technically Acceptable (LPTA) quote. The lowest price quote will be evaluated on technical acceptability. If offer is found to be acceptable, an award will be made. If offer is found unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified. The Contractor will provide all supplies, installation, adjustments, programming and client training to provide a CCTV security system in accordance with the Statement of Work. No contract award shall be made to any contractor that does not have an active registration in Sam.gov at such time as the government is prepared to make an award. Coast Guard Sector Mobile has a requirement for the following items, in accordance with the attached Statement of Work (SOW): Item 1: Recording HDMI 1080P DVR Commercial Digital Video Recorder Internet Ready Networkable Motion Detection with 40 Days Storage Capacity (Adjustable for up to 3 Months (90 Days) Storage; Qty of 3 Each Item 2: Commercial Grade 32" Color View Video Monitors; Qty of 2 Each Item 3: Video Monitor Basic Stands; Qty of 2 Each Item 4: Indoor Color Cameras w/ Lens & Mounts 720P AHD Turrent/Dome White 36mm Fixed Wide Lens Day/Night to 45' Qty of 13 Each Item 5: Outdoor Color Cameras w/ Lens & Mounts 720P AHD Infrared Bullet 2.8-12mm Verifocal Infrared Day/Night; Qty of 11 Each Item 6: 16 Channel (ESC ADS) Regulated / Fused Camera Power Supply; Qty of 2 Each Item 7: Outdoor PTZ (Pan, Tilt, Zoom), 36x Optical 3.4mm-122.4 mm Lens Infrared 45' wide dynamic range LUX w/ infrared LED; Qty 4 Each The attached Provisions and Clauses are applicable to this requirement. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number. (viii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government will evaluate offers based on lowest technically acceptable price.. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL. (xi) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jul 2014) (xii) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item). (xiii) The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6. (2) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)). (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (6) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (7) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (8) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (9) 52.225-1, Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d). (10) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (11) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Registration (Jul 2013) (Deviation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/78965/HSCG29-15-Q-8M2823/listing.html)
 
Place of Performance
Address: 1500 15th Street Mobile, AL 36615, Mobile, Alabama, 36615, United States
Zip Code: 36615
 
Record
SN03873049-W 20150906/150904235256-b4a234bb11c2ed9617501e67e070d364 (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.