SOLICITATION NOTICE
63 -- Stand-Alone Security Camera System
- Notice Date
- 8/3/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Army, National Guard Bureau, 115 MSG/MSC, WI ANG, 3110 MITCHELL STREET, BLDG 500, MADISON, Wisconsin, 53704-2591, United States
- ZIP Code
- 53704-2591
- Solicitation Number
- W912J2-17-Q-1027
- Point of Contact
- Katherine I. Fox, Phone: 6082454524
- E-Mail Address
-
katherine.i.fox.mil@mail.mil
(katherine.i.fox.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) Solicitation W912J2-17-Q-1027 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017, and Defense Acquisition Circular DPN 20161222, effective 22 Dec 2016. (iv) This RFQ is solicited as 100% Small Business set-aside. The NAICS code is 561621 with a small business size standard of $20.5M. (v) The Wisconsin Air National Guard is seeking the following item(s): CLIN 0001: 1 EA Security Camera System Statement of Work: 1. All requirement descriptions below state desired functionality. The dealer will be responsible to determine what additional components, hardware, etc. will be necessary to deliver a fully functional system. This includes mounting hardware, cables, and any other item that may be necessary but is not specifically mentioned. Offers will be evaluated for completeness and quality. 2. A stand-alone security camera system is needed within the POL compound to monitor sensitive areas. The system needs to have live view and 30 day recording capability from a central area located inside building 1215. 3. Minimum Requirement are listed below: • Four exterior IP cameras covering the flight line gate entrance, personnel gate entrance, tank truck gate, and tank trucks parked at the intersection outside truck gate. • Category 6 network cables connecting camera locations to the viewing console • One 40 inch or greater monitor with wall mounting bracket for camera viewing • NVR server capable of storing 30 days of recorded video. • Peak and focus cameras • Delivery • Installation and initial setup • Customer training on use of system A site visit for the purposes of briefing on the quote requirements and answering questions regarding this solicitation, is scheduled for August 10, 2017, 10:00 a.m. local time at the 115th Fighter Wing. Interested vendors are encouraged to attend. Participants will meet at--Small parking lot outside Truax Field, Madison WI. Parking lot is located on Pierstorff Street. All questions for the site-visit must be submitted via e-mail to Katherine.i.fox.mil@mail.mil. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following information for all attendees to Katherine Fox at the following addresses: katherine.i.fox.mil@mail.mil. Firm Name and Telephone Number Visitor's Name Drivers License Citizenship This information must be provided in advance, 1 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the site-visit. This information will be provided to the Base Security Forces who will authorize your entrance to the site. You will be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Drivers License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. A record of the site-visit shall be made and furnished to all prospective bidders via posting at http://www.fbo.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. (vi) Description of requirement A stand-alone security camera system is needed within the POL compound to monitor sensitive areas. The system needs to have live view and 30 day recording capability from a central area located inside building 1215. (vii) Delivery and installation schedule shall be no longer than 60 days from date of contract. Item shall be delivered FOB destination to 3110 Mitchell St., Madison, WI 53704-2579. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) Evaluation will be based on lowest price that meets salient features. A firm fixed price contract is anticipated. (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items 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 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right to Know Information 52.223-18 Encouraging Contractor Policy 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. 2. Quotes must be valid until September 30, 2017. 3. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-17-Q-1027/listing.html)
- Place of Performance
- Address: 3110 Mitchell Street, Madison, Wisconsin, 53704, United States
- Zip Code: 53704
- Zip Code: 53704
- Record
- SN04612623-W 20170805/170803233640-5203f243ce335228c71bccb82dad499c (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 |