Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
DOCUMENT

58 -- Traffic Cameras - SOW and parts list

Notice Date
1/28/2009
 
Notice Type
SOW and parts list
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Barnes Loop, F.E.Warren AFB, Wyoming, 82005-2860, United States
 
ZIP Code
82005-2860
 
Solicitation Number
FE461382740048_porter
 
Archive Date
2/21/2009
 
Point of Contact
Jeffery Porter, Phone: 3077734789
 
E-Mail Address
Jeffery.Porter@warren.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Government has a commodities requirement for installation of Traffic Cameras. The North American Industry Classification System (NAICS) code for this project is 333315 with a size standard of 500 Employees; the SIC code is 3861. The contract will be a single award, Firm-Fixed-Price type contract. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. The incorporated provisions and clauses are those in effect through [The Current Federal Registrar]. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Installation of traffic cameras. Line Item 0001: Installation of traffic cameras and accessories as prescribed in the Statement of Work (SOW) attached, and parts list attached. Make and model numbers of the major accessories are as follows. 1. Eagle EPAC 300 controller. 2. Traficon VIP 3D.2 Video Image Processor 3. Traficon 19" rack (Backplane) 4. The cameras are to be the newest model from Trafficon, black and white cameras. We have no model number, just that they are compatible with the Traficon VIP 3D.2 system and they are all the same. 5. The cabinet manufacturer is not important, just that it is the correct size and type for the equipment, and fits the existing concrete pads. The current cabinet is 27" deep x 55" tall x 38" wide. 6. The rest of the equipment or supplies would be selected by the contractor, and approved by the electric shop as we will be the ones maintaining it. Such as the 9" monitors, mounting brackets (should be designed for the camera selected), wiring or cabling, etc. FOB: Destination for delivery to F.E.Warren AFB, WY 82005. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors-Commercial Items. It is amended to read: Offeror shall submit signed and dated offer to 90 CONS/LGCA, Attn: SSgt Jeffery Porter, 7505 Barnes Loop Bldg 208, F.E.Warren AFB, WY 82005-2860 NLT 6 Feb 2009;1200 PM local time. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number FE461382740048. Offer may be faxed or emailed to 307-773-4636 Jeffery.porter@warren.af.mil. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, evaluation of Commercial Items which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers:Price. FAR 52.212-3, Offeror representations and Certifications-Commercial Items and the offeror must include a completed copy of this provision with their proposal or states that they are located on website: http://www.bpn.gov/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following clauses are added as an addendum to 52.212-4: FAR 52.211-6, Brand Name or Equal FAR 52.211-17, Delivery of Excess Quantities; FAR52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; Wide Area Work Flow Statement (WAWF). The clause 252.232-7003 Electronic Submission of Payment Requests. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products, and FAR 52.232-33, Payment by electronic Funds-Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American -Free Trade Agreement-Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.243-7023, Transportation of supplies by sea; and AFFARS 5352.201-9101, OMBUDSMAN The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is SSgt Jeffery Porter, Contract Specialist, Phone (307) 773-4789, FAX 307-773-4636, E-Mail: Jeffery.porter@warren.af.mil Contracting Officer is MSgt Anthony Aparicio (307) 773-3917
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2bc18cab344e914f4f5d161580ec70db&tab=core&_cview=1)
 
Document(s)
SOW and parts list
 
File Name: SOW Parts list (SOW and parts list.pdf)
Link: https://www.fbo.gov//utils/view?id=35e1a868e102c7a0ebdb65191d6e5088
Bytes: 73.20 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 7505 Barnes Loop, F.E Warren AFB, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN01739634-W 20090130/090128215238-2bc18cab344e914f4f5d161580ec70db (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.