Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
MODIFICATION

70 -- CCTV installation at JFK Airport, Terminal 8

Notice Date
9/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1017Q0141
 
Archive Date
10/10/2017
 
Point of Contact
Gary M. Orr,
 
E-Mail Address
Gary.Orr@cbp.dhs.gov
(Gary.Orr@cbp.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to extend the deadline until September 25, 2017 at 5:00pm Eastern Time. The purpose of this amendment is to provide responses to vendor questions. See attached. "The SOW was re-scoped to accommodate immediate needs for 18 additional cameras in Terminal 8 for operational security necessities. The previous SOW focused on the extended backbone for the entirety of the FIS from entry into the Terminal until the exit of passengers at the Gates to board aircraft at the tarmac. However, this revised SOW focuses on installing additional infrastructure in the existing FIS to support the Facial Recognition Workstation, the 18 additional cameras, including one NVR to support those new cameras. Also, Milestone software is being procured, including licenses and install, to replace the existing software. When responding to this bid, please ensure you submit the proposal with clear consideration for subparagraph 8.1.13 Proposal Pricing, i.e., with a cost breakdown for Materials, Equipment and Labor." Revised SOW is attached. HSBP1016Q0118- Closed Circuit Television (CCTV) Surveillance System Expansion at John F. Kennedy International Airport 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017. This requirement is being procured as a Total Small Business set-aside under NAICS code 561621. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein. The RFQ due date is no later than September 18, 2017 at 12:00pm Noon Eastern Time. Submission shall be via email to the contract specialist listed in quote submission section below. It is the offeror's responsibility to read the RFQ and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. Vendors are required to submit a technical quote, past performance information and a price quote to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements. The contract will be awarded to the lowest price technically acceptable that did not show a negative past performance. If you have questions regarding this requirement, please submit your inquiries via email to Gary.Orr@cbp.dhs.gov. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors. PERIOD OF PERFORMANCE Installation shall be complete within 180 days of award. MANDATORY SITE VISIT REQUIREMENTS Contractor shall visit the project site to familiarize themselves with the area of construction and existing conditions. A site visit will be scheduled in conjunction with the solicitation for this procurement. Contractors must attend the site visit in order to compete in the solicitation. The CBP officer conducting the tour will act as an escort guide for the airport facility and provide orientation and direction for the site visit, but will not be able to answer technical questions regarding this project. Technical and other subsequent site visit questions will need to be emailed to the Contracting Specialist for resolution. A Site Visit will take place at the Port of JFK Airport at Terminal 8 at 10am on Wednesday, 13 September. Vendors should gather at the Welcome Center outside of the Arrivals area before 10am. The Point of Contact for the Site Visit is Supervisory CBP Officer Franco Soodeen. Interested Vendors should submit no more than 2 participants from their firm. The Full Legal Name, Date of Birth (MM/DD/YYYY) and Corporate Name for each Visitor needs to be forwarded via email to FRANCO.SOODEEN@cbp.dhs.gov no later than 10am, Friday, 8 September. Any questions arising from the Site Visit should be forwarded via email to FRANCO.SOODEEN@cbp.dhs.gov, RONALD.L.KELLAR@CBP.DHS.GOV, and GARY.ORR@CBP.DHS.GOV by Friday, 15 September at 12pm. Answers will be provided to all Site Visit participants. QUOTE SUBMISSION REQUIREMENTS: A. General Information: The vendor shall submit electronic copies of the quote via email to Gary.Orr@cbp.dhs.gov no later than (NLT) September 18, 2017 at 12:00pm Noon Eastern Time. All quotes shall include: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. North American Industrial Classification System (NAICS) D. Contact Name E. Contact Email Address F. Contact Phone Number G. Contact Fax Number H. Complete Business Mailing Address Please ensure that your firm is SAM certified ( http://www.sam.gov ). The following information shall be included in each set of submitted quote and labeled accordingly: B. Submission Requirements: Price Quote - Factor 1 All pricing shall be submitted as a firm fixed price inclusive of all requirements listed in the statement of work. NOTE: THE GOVERNMENT SHALL NOT COMPENSATE THE VENDOR FOR ANY QUOTE DEVELOPMENT COSTS RELATED TO THIS RFQ. Technical Approach - Factor 2 The technical approach shall include: (1) Equipment compatibility with CBP's current equipment; and, (2) The vendor shall have understanding of the requirements defined in the SOW. This documentation can be in the form of a written narrative, but in no instance shall the documentation exceed ten (10) pages. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Vendors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the SOW. If not noted in this section of your quotation, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the Offeror's quote. BASIS FOR AWARD The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the lowest price technically acceptable. The following factors shall be used to evaluate quotations: Factor 1 - Price Factor 2 - Technical Approach The Government intends to evaluate quotes and award without discussions with vendors. Therefore, the vendor's initial quote should contain the vendors best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. POINTS OF CONTACT Contracting POCs Mr. Gary Orr Border Enforcement Contracting Division Contract Specialist Gary.Orr@cbp.dhs.gov CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. Communications pertaining to the contract administration will be addressed to the Contracting Officer. No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government. No changes to the statement of work, contract terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer. Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the contract specialist, Gary Orr via email (Gary.Orr@cbp.dhs.gov). ATTACHMENTS Statement of Work (SOW) Wage Determination 2015-4187 Rev. 6
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1017Q0141/listing.html)
 
Place of Performance
Address: Jamaica, New York, United States
 
Record
SN04686676-W 20170922/170920232210-a83240d7b562a43bbef6cc87643e6df6 (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  © 1994-2020, Loren Data Corp.