Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2014 FBO #4543
SOLICITATION NOTICE

J -- Security Cameras Replacements

Notice Date
5/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025914T0163
 
Point of Contact
Larry Christia Jr. 619-532-8092
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SOLICITATION/SYNOPSIS for Supplies with the intent to award on a Sole source basis to Athenx, Inc. 7140 Opportunity RD, San Diego, CA 92111-2202 IAW FAR 13.106-1(b)(1)(i). All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Solicitation/synopsis prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-14-T-0163 is issued as a request for quotation (RFQ). The closing date is 5th May 2014 @ 8:00a.m. Pacific Daylight Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 January 30, 2014. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 561621; Size: $12.5M. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001 Security Camera replacements (4 Outdoor PTZ and 6 Interior Fixed Camera replacements) Part# N/A QTY: 1 Unit of Issue: LT, Price: $______ CLIN 0002 Freight/ Shipping Charge Part# N/A QTY: 1 Unit of Issue: LT, Price: $______ Statement of Work Naval Medical Center San Diego “ Replacement Security Cameras 1. Scope: The vendor is required to provide and install four (4) Outdoor PTZ Security Cameras and six (6) Interior Security Cameras which will replace existing equipment located at the Naval Medical Center San Diego. The contractor is required to provide all services, materials and equipment necessary to replace end of life cameras in the existing Verint Nextiva system. The contractor must provide a technician that has received training to become Verint Nextiva certified to provide services for this contract. Services also include testing and commissioning to integrate replacement cameras into the existing Verint Nextiva CCTV system. 2. Location: NMCSD Physical Security Building #26 2B, Naval Medical Center San Diego; 34800 Bob Wilson Drive, San Diego, CA, 92134-5000. 3. Security Camera specifications: The (4) Outdoor PTZ Cameras should be an Axis Q6044-E. The (6) Indoor Fixed Cameras should be an Axis M3014 and needs to include a coax to Ethernet converter per camera. All cameras requested at this time are IP cameras. 4. Instructions: Prior to installation the contractor will contact the POC (after award) to coordinate clinic access and installation date. The vendor will provide and install cameras in a manner consistent with industry standards for user safety. The vendor will dispose of all packing material/installation debris, and clean up the install site. *End Statement of Work* Contractor SHALL complete FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil and http://acquisition.gov/FAR 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-3 Offeror Representations and Certification Items (MAR 2012) 52.212-4 Contract Terms and Conditions ”Commercial Items (FEB 2012) 52.212-5 Contract and Conditions Required to Implement Statutes or Executive Orders ”Commercial Items (MAR 2012). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (FEB 2012) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (April 2012) 52.222-3 Convict Labor (JUN 2007). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-43 Fair Labor Standards Act and Service Contract Act “ Price Adjustment (SEP 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31U.S.C. 3332). 52.252-2 Clauses Incorporated By Reference (FEB 1998). 52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007). 252.225-7001 Buy American and Balance of Payment Program (DEC 2012). 252.232-7003 Electronic Submission of Payment Request (MAR 2007). 52.212-2 Evaluation- Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose confirming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors in descending order of importance: 1) Technical Capability, 2) Delivery, and 3) Price. Technical and Delivery, when combined, are more important than price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System for Award Management (SAM) prior to award. The website address is www.sam.gov/. A Data Universal Number System (DUNS) number is required to register. Email your quote to Larry Christia on or before 09:00AM Pacific Standard Time on May 5th 2014. Email: larry.christia@med.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0163/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN03354281-W 20140503/140501235242-caf7d32a465257e0835582d36e9cbeb2 (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.