Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOLICITATION NOTICE

N -- To purchase surveillance equipment and install at the Jeehdeez'a Elementary School.

Notice Date
6/28/2012
 
Notice Type
Presolicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS01613
 
Response Due
7/6/2012
 
Archive Date
6/28/2013
 
Point of Contact
Charmaine Williams-James Contract Specialist 5058638227 charmaine.williams-j@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. A11PS01613 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is a total small business set-aside and on open market basis. The contractor shall provide quote for purchase and replacement of obsolete surveillance equipment at the Jeehdeez'a Elementary School, Pinon, AZ. 1.3XLOGIC VIGIL PRO DVR SERIES 32 CAMERAS, 19' RACKMOUNT, 4TB, 1 EACH AT $________ x 2 EACH AT $_____________________. 2.MACH 3 (I7) FACTORY INSTALLED UPGRADE, MACH3 UPGRADE BASED ON 428 MB/SEC, 1 EACH AT $___________ x 2 = $________________. 3.ALLIANCE-MX H 264 HD720P EXTERIOR DAY/NIGHT VANDAL DOME CAMERA, DAY/NIGHT VARIFOCAL LENS, 1 AT $___________ x 4 EACH = $___________________. 4.ALLIANCE-MINI VGA DOME CAMERA, WIDE LENS, 1 AT $_____________ X 7 EACH = $_________________. 5.ALLIANCE-MX H 264 HD1080P EXTERIOR DAY/NIGHT VANDAL DOME CAMERA, DAY/NIGHT VARIFOCAL LENS, 3-13MM, 1 EACH AT $____________ x 4 EACH = $______________. 6.IQEYE MINI VANDAL DOME 2MP, WIDE LENS, 1 EACH AT $_________________ x 6 EACH = $____________________. 7.ALLIANCE-PRO H.264 3.1 MP EXTREME EXTERIOR DAY/NIGHT VANDAL DOME CAMERA, DAY/NIGHT VARIFOCAL LENS, 1 EACH AT $___________ x 8 EACH = $________________. 8.ALLIANCE 5 MP INTERIOR DAY/NIGHT VANDAL DOME CAMERA, DAY/NIGHT VARIFOCAL LENS, 1 EACH AT $____________ x 2 EACH = $________________. 9.SENTINEL 5 MP DAY/NIGHT CAMERA, TELEPHOTO VARIFOCAL DAY/NIGHT LENS 10-40 MM, 1 EACH AT $______________ x 3 EACH = $__________________. 10.SENTINEL 5 MP DAY/NIGHT CAMERA, WIDE VARIFOCAL DAY/NIGHT LENS 3-13MM, 1 EACH AT $_______________ x 11 = $_______________. 11.ALLIANCE INTERIOR/EXTERIOR VANDAL DOME WALL MOUNT ADAPTER, NO CAMERA, 1 EACH AT $____________ x 8 EACH = $________________. 12.INSTALLATION AND CONFIGURATION OF NDVR & CAMERAS, DOCUMENTATION, TRAINING FOR SYSTEM ADMINISTRATORS, 1 EACH AT $________________. 13.MAINTENANCE AND SUPPORT FOR VIDEO SURVEILLANCE SYSTEM, INCLUDES REMOTE, PROACTIVE MAINTENACE TO CHECK THE SYSTEM IS WORKING PROPERLY AND THE VIDEOS ARE VIEWABLE. This contract will last one (1) year for vendor to continue maintenance and support. 1 MONTH AT $______________ X 12 MONTHS= $___________________. 14.TAXS if applicable = $_____________________. 15.GRANT TOTAL: $____________________. Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in (FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the minimum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. Award will be made to the lowest price offeror, whose quotation is conforming to the requirements herein, will be most advantages to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR Clause 1450-0016-001 - Homeland Security Presidential Directive ; FAR Clause 52.212-01 - Instructions to Offerors Commercial Items; FAR Clause 52.212-3 - Offeror Representations and Certifications Commercial Items; FAR Clause 52-212-04 - Contract Term and Conditions Commercial Items; FAR Clause 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR Clause 52.222-03 Convict Labor; FAR Clause 52.232-36 Payments by Third Party; FAR Clause 52.222-21 Prohibition of Segregated Facilities; FAR Clause 52.222-26 Equal Opportunity, FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities; FAR Clause 52 Changed Fixed Price ; FAR Clause 52.222-41 Service Contract Act of 1965 (as amended); FAR Clause 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR Clause 52.233-3 - Protest After Award; Department of Interior Regulation (DIAR) 1452.204-70 Release of Claims, Background Investigation Requirement; Federal Travel Regulations; (DIAR) 1452.226-70 Indian Preference; (DIAR) 1452.226-71 Indian Preference Program. FAR 52.204-11 Brand Name or Equal; FAR 52.219-6, Notice to Total Small Business Set Aside; FAR52.223-15-Energy Efficient, FAR 52.225-1- Buy American Act-Supplies. The Federal Acquisition Regulation clauses and provisions are available in the internet at: http://www.acqusition.gov or may be requested from the Contracting Officer. Signed and dated Quotes, along with a completed copy of FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Charmaine Williams-James, P.O. Box 1060, Gallup, New Mexico 87305 by local time on July 6, 2012 at 10:00 a.m. (Mountain time). Quotes submitted by facsimile and email will be accepted. Any further questions regarding this announcement may be directed to Charmaine Williams-James, Contract Specialist, at (505) 863-8227, by fax at (505) 863-8382. Email: Charmaine.williams-james@bia.gov. All contractors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01613/listing.html)
 
Place of Performance
Address: BIA-Chinle AgencyJeehdeez'a Elementary SchoolPinon, Arizona 86510
Zip Code: 86510
 
Record
SN02789448-W 20120630/120628235750-ce928f16f00fdb12e216fa3477ae0637 (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.