Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
SOLICITATION NOTICE

63 -- Video Security System Maint. - SOW

Notice Date
6/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VIII, 8TMS-G, 1595 Wynkoop Street, Denver, Colorado, 80202-2466, United States
 
ZIP Code
80202-2466
 
Solicitation Number
RFQ-CO-10-00002
 
Archive Date
7/3/2010
 
Point of Contact
Scott Girouard, Phone: 303-312-6527
 
E-Mail Address
girouard.scott@epa.gov
(girouard.scott@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ SF 18 SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued for this requirement; quotations are being requested and a written solicitation will not be issued. Solicitation RFQ-10-00002 is being advertised as a Request for Quotes. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-16 effective 22 Mar 2007. This solicitation is a total small business concern set aside under NAICS Code: 561621- Security Systems Services (except Locksmiths) The size standard for this NAICS Code is $10.5 Million. Description of Requirement: To provide continuous preventative maintenance and emergency repairs to the video security systems for the following locations: •EPA R8 Headquarters Facility, located at 1595 Wynkoop St, Denver, CO. •Environmental Protection Agency Regional Laboratory, located at 16194 W. 45th Drive, Golden, CO. •EPA START Warehouse, located at 555 W. 48th Avenue, Denver, CO. The contractor will perform an annual inspection on, Digital Video Recorders, CCTV monitors, associated security devices and equipment, which are in use at the above listed locations, to ensure proper function. The contractor will deliver a ‘report of findings' within 3 working days of the inspection. The contractor will perform annual cleaning of all CCTV cameras at all three locations along with focusing and position and view adjustments. The contractor will provide a two to six hour response time for emergency maintenance calls and must have emergency repair service available on a 24 hour basis for after hour repairs. This is critical since the security equipment is protecting Federal Government space. The contractor will ensure the maximum downtime for covered equipment to be 24 hours or less. Equipment will be replaced or repaired as part of the contract at no extra charge to the government with the exception of Digital Video Recorders. Contract will include all Parts and all labor. Defective equipment will be replaced with loaner equipment and resolution within 24 hours of any call placed The contractor shall provide the necessary personnel, facilities and equipment, and otherwise do all things necessary for, or incidental to performing the tasks identified in attached Statement of Work. The following Clauses and Provisions are applicable to this acquisition: FAR 52.212-1, INSTURCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS shall be completed and submitted with offer; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS; FAR 52.217-8 OPTION TO EXTEND SERVICES, AND FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT; FAR 52.228-5, INSURANCE-WORK ON A GOVERNMENT INSTALLATION; 52-228-7 INSURANCE-LIABILITY TO THIRD PERSON; AND FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION. The following Numbered Notes apply to this solicitation and ensuing contract: 1 (one). Offers are due 3:00 MST, Friday, June 18, 2010. Offers may be mailed to: US EPA 1595 Wynkoop St, 8TMS-G Denver, CO 80202 or Emailed to Girouard.Scott@EPA.GOV. Please include the solicitation number on the offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/8TMS-G/RFQ-CO-10-00002/listing.html)
 
Place of Performance
Address: U.S EPA, Denver, Colorado, 80202, United States
Zip Code: 80202
 
Record
SN02171671-W 20100610/100608235332-cf966aeee5b69d9639dee865b1fdfd24 (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.