SOLICITATION NOTICE
N -- VIDEO SURVEILLANCE
- Notice Date
- 5/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
- ZIP Code
- 80228
- Solicitation Number
- DTFH68-13-Q-00003
- Archive Date
- 6/6/2013
- Point of Contact
- Jason J Longshore, Phone: 7209633354
- E-Mail Address
-
jason.longshore@dot.gov
(jason.longshore@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Quotes are being requested by the Federal Highway Administration's, Central Federal Lands Highway Division's Simplified Acquisitions Department with intent to procure the installation of Video Surveillance equipment to the Dakota Building located at 12300 W. Dakota Ave, Lakewood CO 80228. This is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code is 238210 with a size standard of 500 employees. This requirement is a 100% total small business set aside. The Government will award a Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Solicitation No. DTFH68-13-Q-00003 is issued as a Request for Quotation (RFQ) prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. It is the contractor's responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://www.arnet.gov/far/. All firms or individuals responding must be registered with the System for Award Management (SAM) (website: http://www.sam.gov/). Once this combined synopsis/solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Description of requirement: 1. Install Five (5) indoor cameras to monitor building entry points. 2. Install Five (5) outdoor cameras to monitor gates and parking lots. 3. Install required cabling. 4. Set up two monitor stations, one in the Security Manager's office and one at the Guard Station in the lobby. 5. All cameras should be motion activated and able to record data for 30 days. Work shall be performed during duty hours. All work shall comply with codes and standards applicable to each type of work through the course of this project. Contractor shall also comply with the requirements of GSA BuildGreen Standards, and PBS P-100. The contractor shall be responsible for the transportation of the waste material to a landfill as well as any/all disposal costs. The contractor shall not stockpile demolition debris for more than 48 hours. The project site shall be kept in a neat, orderly, and safe condition at all times. The contractor shall provide enough containers for collecting construction debris and construction materials to be recycled. The contractor shall wet down dry materials and rubbish to prevent blowing dust and keep volatile wastes in covered containers. Unless otherwise specified, all removed material becomes the property of the contractor and shall be disposed of outside Government facilities and land. Before scheduling the final inspection, the Contractor shall accomplish six items: (1) Remove all tools, equipment, surplus material, and rubbish; (2) Restore or refinish, to original condition, surfaces that are damaged due to the work of this contract; (3) Remove grease, dirt, stains, foreign materials, and labels from finished surfaces; (4) Thoroughly clean building interiors; (5) Pickup all construction debris from the site; and (6) At time of final inspection, project shall be thoroughly cleaned and ready for use. A site visit may be arranged during the times of 12:00 PM through 3:00 PM on Thursday, May 16, 2013. Prospective contractors are required to contact Jason Longshore to make arrangements during those times to schedule a site visit. Quotations must be received no later than 4:00 p.m. Mountain Standard Time, May 22, 2013. You may email, fax or mail your quote along with any supporting data. Jason.longshore@dot,gov, FAX : 720-963-3354, Address 12300 W. Dakota Ave, Lakewood CO 80228. If you have any questions please contract Jason Longshore at 720-963-3354 or email at Jason.longshore@dot.gov. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far 52.252-2 Clauses Incorp. By Reference (FEB 1998) This contract incorporates one or more clauses by reference with the same full force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offerors - incorporated by reference. FAR 52.212-3, Full Text, see attached acrobat file. FAR.215-5, Facsimile Proposals - incorporated by reference. FAR 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L.108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-13-Q-00003/listing.html)
- Place of Performance
- Address: 12300 W, Dakota Ave, Lakewood, Colorado, 80228, United States
- Zip Code: 80228
- Zip Code: 80228
- Record
- SN03056369-W 20130510/130508235108-4877a72d108d898d468688c948f027c8 (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 |