SOLICITATION NOTICE
N -- Security cameras Fitness Facility, Bolling AFB
- Notice Date
- 8/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- FA7012-06-T-0068
- Response Due
- 9/11/2006
- Archive Date
- 9/26/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-06-T-0068. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. This is set aside for 100% Small Business. The North American Industry Classification System code is 423410 at 100 employees size standard. LINE ITEMS: CLIN 0001: SECURITY CAMERAS, Fixed mount dome. Mount: suspended ceiling mount, size: 8 inch, fixed mount domes. MODEL NUMBER: DF8 Series, OR EQUAL. QTY: 2 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $__________. LINE ITEMS: CLIN 0002: DIGITAL VIDEO RECORDER (DVR), 4 channel, MPEG-4 compression, up to 704 x 480 (NTSC), 704 x 576 (PAL) recording resolution. Up to 120 (NTSC)/100 (PAL) images per second recording rate at 352 x 240/352 x 288 resolution for NTSC/PAL respectively. Independent channel resolution, quality, and frame rate settings full function remote agent with administration functions. Storage: 500 GB internal storage. MODEL NUMBER: DX400 series, OR EQUAL. QTY: 1 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $_______________. $__________. LINE ITEMS: CLIN 0003: MONITOR, 15 inch VGA, high resolution, front panel controls, auto-ranging 100-340 VAC input, auto-sensing NTSC/PAL, 2 (BNC) video inputs with looping outputs, 2 audio inputs with looping outputs, s-video inputs for separate Y-C signal, rack mountable, built-in speaker, 75-OHM/high impedance auto termination, internal lock synchronization circuitry. MODEL NUMBER: PMC9A, OR EQUAL. QTY: 1 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $_______________. $__________. LINE ITEMS: CLIN 0004: INSTALLATION, install security camera system to include the following: Power source and all necessary conduit, cable coax, and hardware. Contractor is required to test system. In accordance with the specifications in the Statement of Work. QTY: 1 LUMP SUM, UNIT PRICE: $__________, EXTENDED PRICE: $_______________. Notice to Offerors: Funds are not available for this project. No award will be made under this combined synopsis/solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTION AND ACCEPTANCE TERMS: Supplies/services will be inspected at Destination/Government, accepted at Destination/Government. Item(s) shall be delivered to 130 McChord Street, Bolling AFB DC 20032, Attention: Mr. Anthony Alcala. Performance of Performance to commence on or before 25 September 2006. DESCRIPTION/SOW: GENERAL INFORMATION. STATEMENT OF WORK FOR FITNESS CENTER SECURITY CAMERAS. 1. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, tools materials, supervision, transportation and all other items and services necessary to install Security Cameras at the Fitness Center located on Bolling AFB, DC as defined in the statement of work except where specified as government furnished property and services. 1.1. Installation of Equipment. Installation of security cameras shall be in accordance with the procedures established by the respective manufacturer. 1.2. General Features. Security Cameras: (a) Install DF8 Series Fixed Mount Dome; (b) Install DX400 Series Digital Video Recorder; (c) Install PMC9A Monitor; (d) Install and provide power supply for new cameras; (e) Install and provide necessary conduit, cable coax, and hardware. 1.3. Installation of Equipment. The contractor shall provide all materials and labor required, to include furnishing any necessary equipment to install the security cameras in accordance with the manufacturer?s specifications. All new equipment shall be sent directly to the customer?s location at the Bolling Fitness Center, bldg 15 Bolling AFB, DC. 20332. 2. CONTRACTOR REQUIREMENTS. 2.1. Contractor Employees. The contractor shall utilize responsible, capable employees in the performance on this contract. Technicians servicing the equipment shall process manufacturer certification, license, and training to perform services on the equipment. 2.2. Protection of Real Property. The contractor shall take all necessary precautions to ensure there is no damage to Government Real Property. All damages to such property and furnishings shall be repaired or replaced as recommended by the Quality Assurance (QA) and approved by the Contracting Officer (CO) at no additional cost to the Government. 2.3. Work Schedule. The contractor shall coordinate the initial scheduling of work with the QA personnel and the Contract Administrator (CA) prior to commencing work. The contractor shall establish a work schedule, which requires work to be done during normal working hours 0800 ? 1700, Monday through Friday. If the contractor requires different work hour schedule, a written justification shall be submitted to the QA. 2.4. Safety. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All contracted personnel shall be instructed to be mindful of maintaining a safe environment for the facility. Personnel who pose a threat to the health, safety, or security of the installation may be escorted off the installation. The contractor?s personnel shall be easily recognized as contractor personnel while on duty. 2.5. Pre-Installation Requirements. Before installation services are started, the contractor shall inspect work site and ascertain all information necessary to delivery effective performance of services. The contractor shall notify the government QA or the CO of any conditions that prevent the suitable completion of the installation services. 2.6. Liability Insurance. The contractor shall provide proof of applicable liability insurance and maintain insurance currency throughout the contract period. 2.7. Motor Vehicle Operations. Contractor personnel operating vehicles on the installation shall posses a valid state driver?s license and current proof of insurance. 2.8. Contractor Vehicle Route. Vehicle shall enter and exit Bolling AFB through the South gate (Visitor?s Center). 3. GOVERNMENT FURNISHED SERVICES. Water, electrical power, lighting etc. will be provided to the contractor by the government. 4. SECURITY REQUIREMENTS. 4.1. Base Entry Passes. The contractor shall submit to the Contracting Officer a list of employees which will be working on base, along with the Social Security Number(s) not later than three working days prior to start of work in order to ensure base entry passes. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. AF Form 75, Request for Visitor Registration, proof of insurance, and a valid drivers license must be presented for all vehicles to be registered. Any lost or stolen passes shall be reported immediately to the QA followed with a written notification within 24 hours. The contractor shall return all base passes issued to employees who separate from the contract before the contract expiration date of the contract period, including any extensions, to the QA (Failure to properly account for passes may result in withholding contractor payment). 4.2. Forces Information: Law Enforcement Desk, Security Force s Squadron is located at 21 McDill Avenue, Bolling AFB, DC (202) 767-5000. The on base Emergency number is (202) 433-3333. 4.3. Fire Department Information. Naval district of Washington (NDW) Fire Department is located at 5 Castle Avenue, Bolling AFB, DC (202) 685-0206/0207. The on base Emergency number is (202) 433-3333. 5. GOVERNMENT INSPECTIONS. A QA will inspect equipment installation and confirm that the equipment is in working order. Deficiencies will be brought to the attention of the contractor?s representative and the CA for corrective action. The contractor shall correct the conditions(s) at no additional cost to the Government. 6. WARRANTY OF WORK. The contractor warrants that the work performed under this contract shall conform to the contract requirements. The contractor shall be responsible for ensuring manufacturer?s warranty is available on newly installed equipment. 7. NOTIFICATION OF MALFUNCTION//DAMAGE. The facility managers will be instructed to report all instances of machine malfunctions to the QA. 8. SAFETY AND FIRE. The contractor shall comply with all appropriate safety requirements and regulations, which will be provided to the contractor at pre-award conference. Additionally, the contractor shall also comply with all base fire regulations. 9. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for the contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR clause 52.212-1 applies as follows: 52.252-1, 52.252-5; (b) DFARS (Chapter 2), and 252.255-7000. Offeror(s) must include, with its offer, a completed copy of provision FAR 52.212-3 in full text obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). Provision 52.212-2, Evaluation-Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.237-2, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.212-7001 (DEV), 252.219-7011, 252.225-7001, 252.225-7002, 252.255-7009, 252.232-7003, 252.243-7001, 252.246-7000 5352.201-9101, 5352.223-9001, and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items, (DEV) apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-3, 52.232-33, 52.233-3 and 52.233-4. All responses must be received, via mail, no later than 4:00 p.m. EST on 11 Sep 2006, to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032, or fax to (202) 767-7887. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to Lt. Joel Gerlach, Contracts Manager, Phone (202) 767-0298, e-mail joel.gerlach@bolling.af.mil
- Place of Performance
- Address: 130 McChord Street, Bolling AFB DC
- Zip Code: 20032
- Country: UNITED STATES
- Zip Code: 20032
- Record
- SN01126018-W 20060827/060825221238 (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 |