SOLICITATION NOTICE
42 -- Video System for rescue fire truck
- Notice Date
- 8/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3100-06-T-0349
- Response Due
- 8/29/2006
- Archive Date
- 12/31/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Distribution Center has a requirement for the purchase and installation of a complete Intec Video Sentinel System, Model VSS2100WBPL or equal in the Rescue Fire Truck located at Defense Distribution Center San Joaquin, Tracy, CA 95376 (DDJC) as per the Statement of Work (SOW). 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). Reference Request for Quotation SP3100-06-T-0349. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARS Change Notice (DCN) 20060808. The associated North American Industry Classification System (NAICS) code is 334310 and the small business size standard is $750,000 and is 100% set-aside for small business. Prices for the above identified equipment should be submitted in the following format: Clin Description Qty U/I Total 0001 Intel Video Sentinel 1 Lot $________ Scene Surveillance System and Installation or equal as per the Statement of Work. The Government desires completion 60 days after award. Contractor?s proposed delivery: ________________days after receipt of contract. The installation will take place at the DDJC Federal Fire Department Defense Distribution Center San Joaquin, Tracy, CA 95376. The contractor will give 1 week advance notice to schedule the installation. The following FAR and DFAR clauses and provision apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 Instruction to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two (2) paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements cited in the solicitation. The following provision is hereby added: FAR 211-6, Brand Name or Equal. FAR provision 52.212-2 ? Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of the Request for Quotation. Award will be based on the proposal that provides the total lowest delivered price for the above items and that meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of descriptive literature that clearly indicates the proposed meets all the government?s minimum requirements and the submission of past performance information that provides evidence that the contractor has satisfactorily performed of a similar effort. ?Descriptive Literature? means information (i.e. cuts, illustrations, drawings, and brochures) that is submitted as part of a proposal. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product quoted that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the quoted product. The failure of the descriptive literature to show that the product quoted conforms to the requirements of this solicitation may result in the rejection of the proposal. In response to this Request for Quotation, Contractors must submit a completed copy of the FAR provision 52.212-3, Offer or Representations and Certifications ? Commercial Items, (Alternate I), price quotation, proposed descriptive literature and past performance information. FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial items applies to this acquisition. Addenda to FAR 52.212-4: FAR 52.247-34 ? F.O.B. Destination. FAR Clause 52.212-5 ? Contract Terms and Conditions required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: FAR 52.219-6 ? Notice of total Small business Set-Aside FAR 52.222-3 ? Convict Labor FAR 52.222-19 ? Child Labor ? Cooperation with authorities FAR 52.222-21 - Prohibition of Segregated facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disable Veterans and Veterans of the Vietnam Era FAR 52.222-36 ? Affirmative Action for Workers with Disabilities FAR 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 ? Restrictions on Certain Foreign Purchase FAR 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration FAR 52.232-36 ? Payment by Third Party DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 ? Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provision are applicable to this acquisition: FAR 52.203-3 Gratuities DFARS 252.225-7036 Buy American Act ? Free trade Agreements ? Balance of Payments Program All responsible business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. RFQ due date and time is August 29, 2006, 3:00 PM Local time. Completed certifications at FAR 52.212-3, price quotation, descriptive literature for the above items, and past performance information may be submitted via one of the following methods: (1) E-mail to Elizabeth.wolf@dla.mil (2) Facsimile to 717-770-5689 (3) Mail to: Defense Distribution Center Acquisition Operations DDC-AB ATTN: Elizabeth Wolf 2001 Mission Drive Building 81 New Cumberland, PA 17070-5001 In accordance with the above date and time, failure to submit all of the above requested information may result in the quotation being eliminated from consideration for award. For additional information you may contact Liz Wolf, 717-770-7442 or e-mail Elizabeth.wolf@dla.mil. STATEMENT OF WORK (SOW) The contractor shall provide all necessary engineering, manufacturing and labor to provide and install a complete Intec Video Sentinel System Model VSS2100WBPL or equal in the rescue truck (DLA 96475). The dual camera system will be mounted on an existing externally mounted telescoping fold down style 15 foot vertical mast Wil-Burt PowerLite Model NS15 camera mount system recessed in the truck cab roof. There are four primary systems components: Camera Assembly, Video Process: system Controller and systems monitor. The camera controls, camera mast controls, monitor and video recorder will be located in the command cab compartment area per fire department direction. The video scene surveillance system will have integrating capability to e upgraded in the future to transmit a 5 watt Coded Orthogonal Frequency Division Multiples (COFDM) wireless encrypted video signal in digital formats from the mast camera to a typical emergency operation center within a range of 5 miles. The Video Sentinel System ? Dual Camera System with system monitor for PowerLife Application consists of the following components: 1 ea Camera ? high performance low light color zoom cameral. 1 ea Camera ? high performance thermal imagining 320 x 240 BST w/50mm motor focus optic. 1 ea Camera mount ? remote full 360 degree variable speed, integrated dual camera mount. 1 ea Video processor ? multi-input vido and integral system processor. 1 ea Monitor ? LCD high performance 10.4 inch color display 1 ea System controller ? system dual cameras with full pan and tilt capabilities. System Cabling as required for system functionality. 1 ea Recorder with mounting brackets Video, 12VDC, VHS mobile 8,24,40GR Real - Time (T-160), event, alarm, TAG, search (Alarm, Time/Date). 6 ea Tapes High Density VHS T160. Other features of the high performance system includes: All weather camera assembly with built in heater, fan and humidity sensor, positioned atop a telescoping mast; shock and vibration resistance; integrated system controller provides all camera and system functionality from a single controller. One year labor and parts warranty is required. Instruction and operation manuals are to be provided at completion of installation. Operation training; basic system operation training will be provide at the DDJC Fire Department at completion of the installation of the system.
- Place of Performance
- Address: DEFENSE DISTRIBUTIOON CENTER SAN JOAQUIN, TRACY, CA 95376
- Zip Code: 95376
- Country: UNITED STATES
- Zip Code: 95376
- Record
- SN01112416-W 20060813/060811220156 (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 |