Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2018 FBO #6039
SOLICITATION NOTICE

67 -- Security Camera - Clauses

Notice Date
6/4/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, 148 MSG/MSC, MN ANG, 4685 Viper St., Duluth, Minnesota, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM18Q6039
 
Archive Date
10/31/2018
 
Point of Contact
Rebecca P. Dimler, Phone: 2187887241, Christopher C Fisher, Phone: 2187887242
 
E-Mail Address
rebecca.p.dimler.mil@mail.mil, christopher.c.fisher10.mil@mail.mil
(rebecca.p.dimler.mil@mail.mil, christopher.c.fisher10.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation clauses 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. This combined synopsis/solicitation is being solicited as full and open. North American Industrial Classification Standard 561621 applies to this solicitation; business size standard is $20.5m employees. The Contracting Officer reserves the right to award under a different NAICS. Currently the government is under the impression this is a limited sources requirement as the system deals with i3 video systems. If this is incorrect, please contact usaf.mn.148-fw.list.msc-personnel@mail.mil. The following is needed: An expansion of the current camera system (i3 video system). CLIN0001. Furnish and Install (1) Netway 4 Port POE+ Hardened Switch w/ Enclosure and Pole Mount Kit CLIN0002. Furnish and Install (1) Single Port Media Converter CLIN0003. Furnish and install (1) Exterior PTZ camera CLIN0004. Furnish and install (1) pole mount CLIN0005. Manpower Reporting. Contractors are required to report all labor hours, regardless of contract type, via one of the four enterprise-wide Contractor Manpower Reporting Applications (eCMRA) at http://www.ecmra.mil/ Contractor responsible for all wiring and conduit. Cameras, software upgrade, and fixes much be compatible with current surveillance system. More information will be provided on request to capable vendors. ****Site Visit**** Site visit will be entertained if requested. ****Quotation instructions**** Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government. Award might be partial, based on available funding. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Quotes will be evaluated on Price, Past Performance, and Compliance with Vision. Vendor must provide a list of all items to be provided, the quantity and country of origin. Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin. If an individual item of supply is valued over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, and GRAI are considered equivalent of a UID. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. All questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Clauses and Provisions**** See attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM18Q6039/listing.html)
 
Place of Performance
Address: 4680 Viper Street, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN04942408-W 20180606/180604230646-b3652d8950becca8bda5862b7df8c2e4 (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.