SOLICITATION NOTICE
N -- Travis AFB Flight Line Camera Installation - Brand Name Letter - Statement of Work
- Notice Date
- 6/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- 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
- F3Z31510123AC01
- Archive Date
- 7/8/2010
- Point of Contact
- Matthew Gill, Phone: (707) 424-7770, Josephine G Cobb, Phone: (707) 424-7720
- E-Mail Address
-
matthew.gill-02@travis.af.mil, josephine.cobb@travis.af.mil
(matthew.gill-02@travis.af.mil, josephine.cobb@travis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Brand Name Letter This is a posting 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 F3Z31510123AC01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, effective 13 April 2010, DCN 20100519, and AFAC 2010-0402. The North American Industry Classification System (NAICS) code is 333315. The business size standard is $12.5. The Federal Supply Class (FSC) is 3861. The Standard Industrial Classification (SIC) is 7382. Requirement Description: Flight Line Cameras CLIN 0001: Network Video Recorder (16 Analog/16 IP, 8 TBs) (1 each) CLIN 0002: 32 Channel Rack Chassis (1 each) CLIN 0003: 2 Ch. In /4 Ch Out Video Dist. Amp with Adjustable Gain Model nbr: DA BS-2032 (12 each) CLIN 0004: Lot Cable (1 each) CLIN 0005: Single channel Camera Power Supply, 4 Amp Pelco WCS1-4 (11 each) CLIN 0006: Spectra IV, Environ., Day/Night, 35X, Pressurized Pelco SD435-PSGE1 (9 each) CLIN 0007: Camera Mounts for High Mast poles Pelco IWM-GY (4 each) CLIN 0008: Parapet Camera Mounts for Roof Pedestals Pelco PP351 (7 each) CLIN 0009: Thermal Camera w/Esprit Housing Pelco ES3050TI-2W (2 each) CLIN 0010: Labor for installation CLIN 0011: Project Management CLIN 0012: Engineering/Drafting CLIN 0013: Misc (lift rental) A site visit will be scheduled for 22 June 10 at 0900. If you plan on attending you will need to email me by close of business 17 June 10 letting me know you wish to attend. We will be meeting in the parking lot adjacent to the Travis AFB Pass and Registration Center at 0845 to gather and take accountability, the van will be leaving the visitor center at 0900 to proceed to the site. You will not need to obtain a base pass because transportation will be provided by 60 CONS. As a failsafe measure you should bring your vehicle registration, proof of insurance in case you have to bring your vehicle on base. Please bring something to write with so you can write down any questions you may have for the customer. You are required to submit all of your questions in writing within 3 days of site visit and all of the answers will be posted on FedBizOpps. This is to ensure a fair solicitation process to all potential contractors. You may want to bring additional items that you may need to provide a more accurate quote. This requirement must be delivered, invoiced and installed by 30 September 2010. The following factors shall be used to evaluate offers: FAR 52.212-2 (i) technical capability of the item offered to meet the Government requirement (Technical capability is either meeting or exceeding the requirements listed in CLIN 0001 through CLIN 0013). Additional evaluative criteria will be the vendors ability to meet the delivery and invoice date required, submission of proof of current Lenel Certification for version 6.3.249), (ii) price Transportation to Travis AFB, CA 94535, is to be included in the quote. This award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: 52.233-4 Applicable Law for Breach of Contracts 52.212-1 Instructions to Offerors 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions (Commercial Items) 52.212-5 Contract Terms and Conditions (Deviation) 52.219-28 Post Small Business Award Program 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products 252.232-7003 Electronic submission of Payment Request 252.247-7023 Transportation of Supplies by Sea Alt III 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352.201-9101 Ombudsman 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation (48 CFR Chapter 2) 252.212-7001 Contract Terms and Conditions (Deviation) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352.201-9101 Ombudsman 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.203-3 Gratuities 52.222-35 Equal opportunity for Disabled Veterans 52.222-37 Employment Reports on Special Disabled Veterans 52.203-6 Restrictions on Subcontractors (Alt I) 52.204-4 Printed on Copied or Double Sided Paper or Recycled Paper 52.219-8 Utilization of Small Business Concerns 252.225-7012 Preference for Certain Domestic Commodities 252.209-7001 Disclosure of Ownership or Controlled by the Government 252.209-7004 Subcontracting with Firms that are Owned or Controlled 252.212-7000 Offeror Representations and Certifications - Commercial Items 52.237-1 Site Visit - Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [http://www.ccr.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov]. Please send any responses to matthew.gill-02@travis.af.mil or fax to (707) 424-2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). All inquiries must be submitted by 23 June 2010 12:00 PM PST. All quotes must be submitted, which shall be considered by the agency NO LATER THAN 28 June 2010, 12:00 PM, PST quotes are to be provided by fax or email. Main point of contact is, Matthew E. Gill, SSgt, Contract Specialist, Telephone (707) 424-7770, matthew.gill-02@travis.af.mil. Alternate POC, Josephine Cobb, Telephone (707) 424-7720.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z31510123AC01/listing.html)
- Place of Performance
- Address: Travis AFB, CA 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02178931-W 20100618/100616234736-d8e1568f1593c9855a19e8bc006b1d20 (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 |