Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2006 FBO #1510
SOLICITATION NOTICE

J -- Maintenance of Surveillance Camera System

Notice Date
1/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-06-R-0003
 
Response Due
2/13/2006
 
Archive Date
4/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial service 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; proposal s are being requested and a written solicitation will not be issued. The Combined Synopsis/Solicitation is W912JM-06-R-0003. This is a firm fixed price contract for repair and follow on service contract. The nine (9) items of the scope of work are as fol lows: (1)12 cameras will remain mounted in their current position. They are located in Savannah, near the Savannah airport. There are also cameras located in Brunswick, GA. This location is approximately 1 hour from the Savannah airport. The cameras are GE Kalatel cameras. (2)Reconnect the joystick control, 19 minimum VGA color monitor, distribution amplifiers, multiplexer and sequencer equipment inside the Security Forces Emergency Control Center. (3)Reuse any equipment that can be salvaged. (4)The security system should incorporate a minimum one (1) year warranty with no site repair/replacement of system components. Warranty shall include coverage for acts of god. This will be for both locations. Include pricing for 4 option years. (5)Upon compl etion of installation, the contractor shall provide a minimum of two, one-hour training classes consisting of 11 personnel each class. A system manual needs to be distributed to each individual for future references. (6)The security system must be tied i nto the present base closed circuit television (CCTV) for distribution throughout the facility and shall have software installed into the local LAN for remote control operations of the cameras from predetermined computer locations in the facility. The 165 th LAN personnel will assist with the installation and setup of the software. (7)Contractor shall provide first-line maintenance training for two (2) operators. This training should cover troubleshooting the operating system, camera maintenance, and any computer software problems. (8)Repair the camera systems at the 224th JCSS located in Brunswick, Georgia. Two PTZ cameras are inoperable and 1 doesnt PTZ. (9)There will be two site visit dates. January 26th at 9AM and February 7th at 9AM. The followi ng clauses will apply: 52.204-7 Central Contractor Registration, 52.212-3 ALT 1 Offeror Representations and CertificationsCommercial Items, 52.212-4 Contract Terms and ConditionsCommercial Items, 52.212-5 Contract Terms and Conditions Required to Impleme nt Statutes or Executive OrdersCommercial Items, 52.219-6 Notice of Small Business Set-Aside, 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 Opport unity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-5 Pollution Prevention and Right to Know Information, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232 -33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.252-2 Clauses Incorporated by Reference http://farsite.hi ll.af.mil, 252.204-7004 Alternate A, 252.212-7001 Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Haza rdous Materials, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7035 Alt 1 Buy American ActFree Trade AgreementsBalance of Payments Pr ogram Certificate, 252.225-7036 Alt 1 Buy American ActFree Trade AgreementsBalance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. All clauses can be found at http://farsite.hill.af.mil The solicitation is issued as a Request for Proposal (RFP). The solicitation will be a 100% small business set-aside. The NAICs code for this acquisition is 561621 (Size $10.5Million) and the SIC code is 7382. The magnitude is between $25,000 and $100,000 . All quotes will be evaluated on price, technical capability, and delivery schedule, in that order of importance. The Government may or may not award a contract to the responsible offeror whose offer is conforming to the solicitation and will be most adva ntageous to the Government. Contractors submitting proposals must be registered in the Central Contractor Registration Program (CCR) and be prepared to submit invoices electronically via the world wide web. The closing date for this solicitation will be 13 February 2006, 4:00 PM Eastern Standard Time. Questions shall be written and faxed to (912) 966-8472 or e-mailed to brent.ingram@gasava.ang.af.mil Late quotes will not be accepted. Your quote shall be submitted in writing to brent.ingram@gasava.ang.af.mil or faxed to (912) 966-8472. This notice does not obligate the Government to award purchase orders for the subject items. This will be a single award.
 
Place of Performance
Address: 165th Airlift Wing 1401 Robert B Miller Jr Dr Garden City GA
Zip Code: 31408-9001
Country: US
 
Record
SN00965666-W 20060114/060112213600 (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.