|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,2000 PSA#2589Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas
Street, Suite 401, Langley AFB, VA, 23665-2791 63 -- UPGRADE OF CASI-RUSCO SECURITY ALARM SYSTEM, INSTALLATION AND
SOL F44650-00-T0123 DUE 051000 POC Lois Nicholson, Contracts Manager,
Phone (757) 764-4726, Fax (757) 764-9773, Email
lois.nicholson@langley.af.mil WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F44650-00-T0123&LocID=206. E-MAIL: Lois Nicholson,
lois.nicholson@langley.af.mil. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in Federal
Acquisition Regulation (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. This solicitation is issued
as a request for quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-15 and Defense FAR Supplement (DFARS)
Change Notice 20000413. The standard industry classification code is
7382, Security Systems Services and the small business size standard is
$9M. This procurement is being conducted as a total small business
set-aside. This combined synopsis/solicitation is for the procurement
of required parts, equipment and installation to provide upgrade to the
CASI-RUSCO Security Alarm systems at Langley AFB, VA, currently being
maintained by Digital Applications, Inc. The following items are
required: FOR THE PORTRAIT PERFECT VIDEO BADGING SYSTEM: Line Item 0001
Portrait Perfect-Integrated Ver 2.3.1, Win95, Host OS, UnixWare Ver
2.1.1, Includes Photo Import Ver 1.5.X, English 1 EA; Line Item 0002
Import/Export-Data, Picture Perfect-UnixWare Ver 1.5.X, TR-4 tape 1 EA;
Line Item 0003 PII-450 (UL Listed), 64 Mb Ram, 6.4Gb IDE HD, CD, 3-btn,
USA keyboard, 17 SVGA (15.7_ viewable), video capture board and cables,
WIN 95; Line Item 0004 Ethernet NIC, 10Mb, ISA bus: thinnet, AUI and
twisted pair connections 1 EA; Line Item 0005 Camera, RGB, zoom lens,
tripod, 110VAC 1 EA; Line Item 0006 Datacard ImageCard II Badge
Printer, 110VAC. Includes on-site installation, 12 month on-site
warranty/service, one spare print head, a coupon for the replacement on
one additional print head within the 12-month warranty period, and 50%
off Datacard list price on any additional print heads replaced during
the 12-month warranty period; Line Item 0007 Cleaning tape, Image
Card-III, 750 images typical 2 EA; Line Item 0008 Ribbon, ImageCard
III, 4-color, (YMCK), 165 IMAGES TYPICAL 8 EA; Line Item 0009 Ribbon,
ImageCard III, clear overlay, 420 images typical 3 EA; Line Item 0010
Print Test Card for thin ProxLite style badge, white-white,.037 thick,
100/lot 1EA; Line Item 0011 Slot Punch, tabletop model, Specify
Vertical or horizontal slot punch and badge technology 1 EA; Line Item
0012 Proximity keyboard wedge, 110VAC-power supply included: works
with ProxLite and Prox Perfect badges 1EA; FOR ACCESS SYSTEM UPGRADE
Line Item 0013 Micro/5 PX Direct, Picture Perfect, 28,000 ID capacity
2 EA; Line Item 0014 8-Reader Interface, 12VDC F/2F and Supervised F/2F
readers, Micro/5. 4 EA; Line Item 0015 20 Digital Input, 20 Supervised
points, 1K resistors supplied 4 EA; Line Item 0016 DAI12BBU5A Power
Supplies 2 EA; Line Item 0017 12V 7AH Rechargeable Batteries 2 EA; Line
Item 0018 Model 972 Prox Perfect keypad reader, gray, dual-width box
mount, conventional walls, 16 EA; Line Item 0019 Model 972 Prox Perfect
keypad reader, gray, dual-width box mount, conventional walls 5 EA;
Line Item 0020 ProxLite card, ProxLite logo, matte/photo image surface
1000 EA; Line Item 0021 Electromagnetic Locks Model 32 8 EA; Line Item
0022 Electromagnetic Locks Model 62 8 EA, Line Item 0023 Filler Plates,
10 EA; Line Item 0024 Mounting Plates 10 EA; Line Item 0025 Heavy Duty
Exit Push Buttons 8 EA; Line Item 0026 Stainless Steel Plates 8 EA;
Line Item 0027 Altronix RBSN Relays 21 EA; Line Item 0028 Door Contacts
for N. Computer Room Door 2, 2 EA; FOR CCTV UPGRADE Line Item 0029
Toshiba IK527A B/W Camera, connect to existing mux 1 EA; Line Item 0030
Toshiba IK527A B/W CCTV in main hall 1 EA; Line Item 0031
Rainbow/International Optics Auto Iris Lens 1 EA; Line Item 0032
Rainbow/International Optics Fixed Iris Lens 1 EA; Line Item 0033 Pelco
EM1400 Outdoor Camera Mount 1 EA; Line Item 0034 Videolarm VC3 Coil
Cable for Outdoor housings 1 EA; Line Item 0035 Panavise 82606B Camera
Mount 1 EA; Line Item 0036 Revere 24vac transformers 2 EA; Line Item
0037 Alarmsaf T24-5A Power Supplies for outdoor camera/housing 1 EA;
Line Item 0038 Model VM-1501B monitor for hall camera, 1 EA; Line Item
0039 CCTV camera cables & connectors (1 Lot quantity) 1 EA; Line
Item 0040 Misc Material, cable, conduit, hardware (1 Lot quantity), 1
EA; INSTALLAT ION/TRAINING Line Item 0041 LABOR TO INSTALL 180 HOURS
AND Line Item 0042 TRAINING ON PICTURE PERFECT, 4 HOURS (Total line
items 0042). Delivery of each line item must be made FOB Destination to
ACC COMM GP, 37 Elm Street, LAFB VA 23665-2091, in the quantities
stated 30 days after receipt of order (ARO). Terms and
Conditions_Commercial Items; 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders_Commercial Items,
with paragraph (b), clauses (11),(12),(13),(14), and (15) checked:
52.219-6, Notice of Total Small Business Set-Aside; 52.252-1,
Solicitation Provisions Incorporated by Reference, and 52.252-2,
Clauses Incorporated by Reference. The following DFARS provisions and
clauses apply to this procurement: 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, with paragraph
(b) clause 252.225-7001 checked; 252-204-7004, Required Central
Contractor Registration;252.225-7000, Buy American Act_Balance of
Payments Program Certificate; and 252.232-7009, Payment by Electronic
Funds Transfer (CCR). Include completed copies of the provisions at FAR
52.212-3, Offeror Representations and Certifications_Commercial Items;
and DFARS 252.225-7000, Buy American Act-Balance of Payments Program
Certificate, with your quote. Upon request, the Contracting Officer
will make the full text of all the above mentioned clauses available.
Also, the full text of a clause may be accessed electronically at these
Internet addresses: FAR Provisions:
http://farsite.hill.af.mil/reghtml/far/52_toc.htm DFARS Clauses 252.201
to 252.214:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_000.htmDFARS Clauses
252.215 to 252.219:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_215.htm DFARS Clauses
252.220 to 252.226:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_220.htm DFARS Clauses
252.227 to 252.231:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_227.htm DFARS Clauses
252.232 to 252.236:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_232.htm DFARS Clauses
252.237 to 252.245:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_237.htm DFARS Clauses
252.246 to 252.251:
http://farsite.hill.af.mil/reghtml/dfars/dfars252_246.htm Products
offered in response to this solicitation must be existing, commercially
available. All items will be awarded to one contractor. Interested
parties may respond no later 4:00 p.m. DAYLIGHT SAVING TIME 9 May 2000.
Responses must include written documentation providing conclusive
evidence that the offeror is able to provide the described supplies and
services. Responses shall be submitted in sufficient detail to enable
accomplishment of a thorough technical evaluation. Quotes will be
evaluated in accordance with the following criteria: price, conformance
to line item descriptions, quantity and delivery schedule. Award will
be made to the responsible, responsive contractor whose quote
demonstrates compliance with the requirements of this solicitation and
all referenced clauses and is evaluated as providing the best value to
the government on the basis of the information submitted. Offerors
shall include both unit price and total price for each line item with
their quotes and identify payment terms and any discounts offered.
Total price shall include delivery All responses will be evaluated by
the Contracting Officer on the basis of the information submitted.
Responses will be accepted at the address identified herein and by
facsimile machine at (757) 764-9773 (Attn: Lois B. Nicholson). All
responsible sources may submit a response that shall be considered by
the agency. Email: Posted 04/26/00 (D-SN448764). (0117) Loren Data Corp. http://www.ld.com (SYN# 0230 20000428\63-0002.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|