DOCUMENT
J -- Camera Maintenance - Statement of Work
- Notice Date
- 9/20/2008
- Notice Type
- Statement of Work
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3ZT3618178A002
- Archive Date
- 10/10/2008
- Point of Contact
- Joseph W Hoh,, Phone: 707-424-7773, Elizabeth A Squires,, Phone: 707-424-2013
- E-Mail Address
-
joseph.hoh@travis.af.mil, elizabeth.squires@travis.af.mil
- 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. The solicitation number is F3ZT3618178A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense DCN 20080915, and AFAC 2008-0605. This acquisition will be 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 561621. The business size standard is $12,500,000. The Federal Supply Class (FSC) is J058. The Standard Industrial Classification (SIC) is 7382. This request for quotation consists of Security Camera Maintenance. Please reference the attached SOW for more details. There are 25 cameras and 4 DVR's currently in use at Travis AFB. CLIN 0001: 1 EA, Perform a site audit of the current video surveillance system and provide a riser diagram to include a list of any current defects. CLIN 0002: 1 EA, LENEL annual software upgrade OR EQUAL. CLIN 0003: 1 EA, Bring the current LENEL System to compliance with manufacturer's specifications and software requirements. CLIN 0004: 4 EA, Provide on a quarterly basis, predictive maintenance testing according to manufacturer's recommendations including a visual inspection and functional test of security components. Provide a comprehensive security software support plan that allows for revisions and advancements as made available by manufacturers. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Price, 2: Technical Acceptability (Compatability of proposed software upgrade with current Lenel software/hardware). Technical acceptability is significantly more important than cost or price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.211-6 Brand Name or Equal. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act of 1965. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires: In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. The current Wage Determination No.: 2005-2069 (Rev.-6), Date Of Revision: 05/29/2008, Area: California Counties of Napa, Solano, Sonoma applies to this Solicitation. This Statement is for Information Only; it is not a Wage Determination, Employee Class: 23181 - Electronics Technician Maintenance I; Monetary Wage-Fringe Benefits: $25.94/hr. Employee Class: 23182 - Electronics Technician Maintenance II; Monetary Wage-Fringe Benefits: $27.41/hr. Employee Class: 23183 - Electronics Technician Maintenance I; Monetary Wage-Fringe Benefits: $28.90/hr. 52.222-50 Combating Trafficking in Persons. FAR FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to joseph.hoh@travis.af.mil or fax to 707-424-2712 NO LATER THAN 25 September 2008, 12:00 PM, PST. Point of contact is Joseph Hoh, SrA, Contract Specialist, telephone 707-424-7773. Alternate POC is SSgt Elizabeth Squires, Contracting Officer, telephone 707-424-7761.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f645db373e43e4a993e82e9834bbe3f&tab=core&_cview=1)
- Document(s)
- Statement of Work
- File Name: Statement of Work (Statement of Work.docx)
- Link: https://www.fbo.gov//utils/view?id=6404a907e04ccac927f08124dbc52b44
- Bytes: 39.77 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Statement of Work (Statement of Work.docx)
- Place of Performance
- Address: Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN01677099-W 20080922/080920213916-4f645db373e43e4a993e82e9834bbe3f (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 |