Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOLICITATION NOTICE

63 -- North Carolina Army National Guard Alarm Monitoring Service

Notice Date
6/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, NC 27607-6412
 
ZIP Code
27607-6412
 
Solicitation Number
W91242-12-T-0005
 
Response Due
6/28/2012
 
Archive Date
8/27/2012
 
Point of Contact
Kia S McCormick, 919-664-6229
 
E-Mail Address
USPFO for North Carolina
(kia.s.mccormick@us.army.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 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 NC Army National Guard (NCARNG), J3 Electronic Security Systems Sectopm, is soliciting proposals for the purchase of security alarm monitoring services. This requirement will be awarded as a firm fixed price with 4 option years. The NAICS code will be 561621 - Security Systems Services (Except Locksmiths), size standard is $12,500,000. The SIC code will be S211 - Surveillance Services. Point of contact: CPT Brandon Elliott, Supervisory Contract Specialist, telephone number 919-664-6205, email Brandon.b.elliott@us.army.mil. Alternate Point of Contact: SrA Kia S McCormick, Contracting Officer, telephone number 919-664-6229, email kia.s.mccormick@us.army.mil. Mailing address is 4201 Reedy Creek Road, Raleigh, North Carolina 27607-6410. This acquisition is set aside for small businesses. The Contractor shall provide security alarm monitoring services in accordance with the performance work statement within this solicitation. Please submit all questions in writing. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interested bidders must also REGISTER AS AN INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. AWARD IS CONTINGENT UPON THE AVAILABILITY OF FUNDING IN REFENCE TO FAR 52.232-18. THIS IS A ONE TIME SOLICITATION AND AWARDEE WILL BE RESPONSIBLE FOR PROVIDING A BASE YEAR AND UP TO 4 OPTION YEARS DEPENDING ON THE AVAILABILITY OF FUNDING. NCNG ALARM MONITORING SCOPE OF WORK UL 827 and UL 2050 monitoring to be compliant with Army / NGB regulations. Monitoring: Primary account (phone line) or IP Back up account (cellular) [Uplink] Signals to include, but not limited to: Burglary, Duress, troubles on devices, troubles on phone line, trouble on cellular, communication fault, tamper signals. Customized standard operating procedures based on the requirements of your State and local jurisdictions and the National Guard procedures. Customized authority level for soldiers in the field that match their level of security access to your protected areas. Daily test timers for each system Primary and back-up systems. Daily test timer reports for No Test on Acct. Split reports for E602, E603 CID Reports. Customized reports available to you upon request at no additional charge. Unsupervised open/close signals. Full access on Web Access, which includes: Reporting capabilities Accessible 24 hours per day in "real" time Viewing account history Making changes as necessary to any field Place your system in "test" and clearing "test" when complete. Personalized training provided by company at our location at no additional charge. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All proposals received by solicitation closing date and time will be considered by the Government. A determination by the Government not to compete for this proposed contract based upon responses to this notice is solely within the discretion of the Government. The following provisions and clauses (current through Fac 2005-53, Effective 4 Aug 2011) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.222-41 - Service Contract Act of 1965, FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. You must be registered in the CCR in order to be eligible to receive an award from this solicitation. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. All responsible sources may submit an offer which will be considered. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prices shall be FOB Destination with delivery and acceptance at: Raleigh, North Carolina, NC 27607 All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to CPT Brandon B Elliott at Brandon.b.elliott@us.army.mil or SrA Kia McCormick at kia.s.mccormick@us.army.mil no later than 28 June 2012, 5:00 pm EST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31/W91242-12-T-0005/listing.html)
 
Place of Performance
Address: USPFO for North Carolina 1636 Gold Star Drive Raleigh NC
Zip Code: 27607
 
Record
SN02770493-W 20120610/120608235132-c5e4ee70f28cccc80a11a4e5344b6611 (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.