SOLICITATION NOTICE
63 -- Building Security System - Scope & POC
- Notice Date
- 6/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL172-129F-3441
- Point of Contact
- Wanda Maddox, Phone: 2026937199
- E-Mail Address
-
maddox.wanda@dol.gov
(maddox.wanda@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Scope & POC THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request 172-129F-3441 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of twelve & one half (12.5) million. This acquisition is set aside for small businesses. All responsible Contractors shall provide a quote for the following: Contract Line Item Numbers (CLINS) 0001: Prmisys Startup kit with 2 access clients (includes 1 badging client & 1 door POE controller) Quantity (Qty): 1 ea; CLIN 0002: Controller with one reader port to include install kit (reference PREM-CTLR1POE), (Qty) 1 ea; CLIN 0003: Two-Reader Board (reference PREM-BRD2RDR), (Qty) 5 ea; CLIN 0004: Enclosure lock & key set (reference PREM-ENLOCK), (Qty) 2 ea; CLIN 0005: Power supply/Adapter plate (reference PREM-PS3A), (Qty ) 2 ea; CLIN 0006: Backup Battery w/install, programming, & training (reference PREM- 12BKUP), (Qty) 2 ea; CLIN 0007: Single Side PVC Card Printer Security Edition, including ribbon (250 prints), 100 PVC CARDS w/two year warranty, (reference SMART SE I&A SYS) (Qty) 2 ea; CLIN 0008: High density storage server, mirrored op drives Raid 5 10TB storage capacity (Qty) 1 ea; CLIN 0009: 1U rack video encoder all streams 30 FPS, D1, H.264 w/IPSv4, 10 channels licensed for future IP conversion (Qty) 1 ea; CLIN 0010: IQinvision alliance-mini H.264 SD480p Vandal dome Camera, wide lens, (Qty) 2 ea; CLIN 0011: IQinvision sentinel 5 MP day/night camera, wide varifocal lens, (Qty) 2 ea; CLIN 0012 : IQinvision sentinel 2MP day/night camera, wide varifocal lens, (Qty) 1 ea; CLIN 0013: Video Insight VMS IP software license, (Qty) 5 ea; CLIN 0014: Cat6 wire, connectors, fasteners, & misc install materials, (Qty) 1 ea; CLIN15: Installation labor, programming, & training, (Qty) 1 job; This is a brand name or equal buy. The following provisions apply to this acquisition: FAR 52.212-1 Instruction to Offerors- Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 ; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.333-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252.2 Clauses Incorporated by Reference. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). 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-Technical Capability of the Item to Meet the Requirement 2- Ability to Meet Required Delivery Date(s) 3- Price Ability to meet both technical capability and the required delivery schedule represent the MINIMUM criteria acceptable for award. Failure to meet one of these criteria shall render the offer technically unacceptable and not considered for award. Technical and delivery, when combined, are more important when compared to price. The Offerors commercial product brochures or technical information shall be used to make a determination of whether the offeror meets the technical capability requirements. The required delivery date is 30 days after receipt of order. Ability to meet the required delivery schedule/date(s) and FOB terms shall be demonstrated by the offeror's signed offer. Offers which take exception and do not meet the stated Government delivery schedule/date and FOB terms may be determined unacceptable and not considered for award. Place of delivery and performance: Salt Lake City, Utah 84070 Award will be made to that responsible offeror which meets both of the above minimum technical and schedule requirements and offers the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by June 27, 2012, 5:00 pm (Eastern Standard Time). Quotations shall be submitted to: Wanda Maddox, via e-mail: maddox.wanda@dol.gov or via fax at 202-693-4579. (End of Text)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL172-129F-3441/listing.html)
- Place of Performance
- Address: 8660 South Sandy Parkway, Salt Lake City, Utah, 84070, United States
- Zip Code: 84070
- Zip Code: 84070
- Record
- SN02780696-W 20120622/120620235217-9c98afb41393f1ded66638e296940bd6 (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 |