SOLICITATION NOTICE
63 -- Replacement and upgrade the communication cameras security equipment, installation and components.
- Notice Date
- 9/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883612R0106
- Response Due
- 9/24/2012
- Archive Date
- 11/30/2012
- Point of Contact
- Juan Hernandez 904-542-4838 Contract Specialist
- E-Mail Address
-
.hernandez@navy.mil<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Competitive quotes are not being requested and a written solicitation will not be issued. The NAVSUP Fleet Logistics Center Jacksonville intends to procure on a sole source basis, under a firm fixed priced contract with Honeywell Technology Solutions, Inc the physical security perimeter and monitoring upgrade system, located at Naval Station Mayport, Security Department, Florida. Reference solicitation number N68836-12-R-0106 when replying to this Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition and Defense Federal Acquisition Regulations. The North American Industry Classification System (NAICS) code is 561621 and the business size standard is $12.5 mil. This acquisition is for replacement of communication security equipment, installation of supplies/components, test all equipment, verify working order, and provide operator training and equipment manual for all newly installed systems manufactured by Honeywell Technology Solutions, Columbia, MD. The requirement covers the following Contract items: Gate House/Physical Security (CCTV/DVR) DESCRIPTIONUNIT OF ISSUEQUANTITY Boring/Trenching (3" HDPE)FT350 HandholeEA5 Cable/Coas, underground duct (1000' Roll)FT10 Conduit/InfrastructureLOT1 Camera, Color, Day/Night, PTZ DomeEA1 Camera MountEA1 Digital Video Recorder, 32 Channel, 2TbEA1 Video Monitor, 32'EA1 Video Monitor MountEA1 Misc. Installation MaterialsLOT1 24VAC TransformerEA1 Enclosure/Backpanel/LockEA1 Video/Data Surge SupressorEA1 Harbor Waterside/Runway Camera DESCRIPTIONUNIT OF ISSUEQUANTITY Boring/Trenching (2" HDPE) (to existing ductbank)FT1700 HandholeEA6 Enclosure/Backpanel/LockEA3 Fiber Cable, underground duct, 12 fiber, single modeFT5000 Power Supply, 12VDC, 5AEA1 Power Supply, 24VDC, 10AEA1 Video/Data Surge ProtectorEA2 1" Inner Duct, ribbed, pull lineFT5000 2-Channel Video/Data MultiplexerEA1 Camera, CCD/Thermal Imager w/mount100mm-EDEA0 ICC Cable, 40'EA0 Cable/Wire/JumpersLOT1 Conduit/InfrastructureLOT1 Grounding Rod/CableLOT1 Fiber WIC BoxEA1 Landscape/Restoration MaterialsLOT1 Building 48A (Fiber/Signal Distribution) DESCRIPTIONUNIT OF ISSUEQUANTITY 2-Channel Video/Data MultiplexerEA3 Equipment Enclosure/Backopanel/LockEA2 12VDC Power SupplyEA1 Fiber WIC BoxEA1 Video SplitterEA2 Cable/Wire/JumpersLOT1 Conduit/InfrastructureLOT1 Misc Installation MaterialsLOT1 Harbor Operations (Harbor Camera Monitor & Control) DESCRIPTIONUNIT OF ISSUEQUANTITY 2-Channel Video/Data MultiplexerEA1 Equipment Enclosure/Backpanel/LockEA1 12VDC Power SupplyEA1 Video Monitor, 32"EA1 Video Monitor MountEA1 Desktop Joystick ControllerEA1 Video Quad UnitEA1 Cable/Wire/JumpersLOT1 Conduit/InfrastructureLOT1 Misc Installation MaterialsLOT1 Physical Security (Harbor Camera Monitoring) DESCRIPTIONUNIT OF ISSUEQUANTITY 2-Channel Video/Data MultiplexerEA1 Equipment Enclosure/Backpanel/LockEA1 12VDC Power SupplyEA1 Cable/Wire/JumpersLOT1 Conduit/InfrastructureLOT1 Misc Installation MaterialsLOT1 The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-3 and its ALT I offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractors commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is requirements for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company ™s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Direct all questions regarding this requirement via e-mail to the POC identified in this synopsis. Any response or offer to this solicitation past the quote closing time and date will not be considered. All offers must meet all specifications and/or provide applicable certifications or their offer will not be considered. The quotation must be received no later than 11:00 am EDT, September 24, 2012. Quotations must be in writing and may be faxed or e-mailed to the following. Attn: Juan Hernandez, NAVSUP Fleet Logistics Center Jacksonville, 110 Yorktown Ave 3rd Floor NAS Jacksonville, 32212-0097, E-Mail: Juan.P.Hernandez@navy.mil. Fax 904-542-1096, telephone 904-542-4838.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ecaf4001d37d6b840d543432efc5c249)
- Place of Performance
- Address: Naval Station Mayport, Jacksonville, Florida
- Zip Code: 32228
- Record
- SN02892819-W 20120922/120921003032-ecaf4001d37d6b840d543432efc5c249 (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 |