Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2014 FBO #4682
SOLICITATION NOTICE

70 -- Video Camera Systems

Notice Date
9/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NPS, PWR - OLYM MABO600 E. Park AvenuePort AngelesWA98362-6757US
 
ZIP Code
00000
 
Solicitation Number
P14PS02721
 
Response Due
9/19/2014
 
Archive Date
10/19/2014
 
Point of Contact
Wayne Owens
 
E-Mail Address
LARO POC
(wayne_owens@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION NO. P14PS02721, Video Camera Systems for Lake Roosevelt National Recreation Area This is a combined synopsis/solicitation for commercial items 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is P14PS02721, and the solicitation is issued as a Request for Quotation. The NAICS code is 334220 with an associated small business size standard of 750. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. This is a brand name or equal solicitation. The Government will consider SAM registration in determining responsibility. DESCRIPTION: The National Park Service, Lake Roosevelt National Recreation Area (LARO), has a requirement for a vendor to supply and install 4 Titan M7V Video Mobile Data Computers in vehicles with the Scope of Work below. Contractor shall provide labor, equipment, and materials necessary to install 4 Titan M7V Mobile Data Computers 128GB. The NPS will provide the vehicles at the authorized dealers location. System Requirements: Titan M7V Video Mobile Data Computer 128GB OPT-GPS Titan M7 32GB Removable Solid State Drive A- Titan M7 Mount, CPU/Monitor, Keyboard/Camera/Power Supply mount only Coban DVMS Solution Coban DVMS Solution Renewal 2nd Year Software Maintenance and Technical Support (per in-car unit) Coban DVMS Solution Renewal 3rd Year Software Maintenance and Technical Support (per in-car unit) Installation Titan M7 VMDC Hardware Installation (per vehicle) Coban certified personnel to install equipment on site. Shipping In-Car Equipment DELIVERY REQUIREMENTS. Performance location is at certified installation location. Vendor is responsible for delivery of equipment & materials to 1008 Crest Drive, Coulee Dam, WA 99116, ATTN: Jessie Benton. Vendor shall coordinate the start of work in advance, with Bill Archard, and Beth Lariviere District Rangers for the purpose of getting the vehicles on-site, for installation. Bill can be reached at office phone 509-754-7885, cell phone 509-631-1551, or email address at Bill_Archard@nps.gov. Beth can be reached at 509-754-7861, cell phone 509-631-4751, or email at Beth_Lariviere@nps.gov. DELIVERY DATE AND PERIOD OF PERFORMANCE: Delivery of the equipment shall be F.O.B. Destination. The Government anticipates performance for installation to occur in October/November 2014. If after award, the performance period needs changed, then the contract can be modified, but only by approval of the Contracting Officer and agreement of the parties. PRICE SCHEDULE: The unit price shall include all elements necessary to perform work at the site. The line item can be copied onto Quoters letterhead or this page may be filled out and submitted with quote. Vendor shall provide a price as follows: TITAN M7V VIDEO MOBILE DATA COMPUTER 128GB @ 4 KT = $__________. OPT- GPS (no charge) 4 KT TITAN M7 32GB REMOVABLE SOLID STATE DRIVE @ 4 KT = $___________. A- TITAN M7 Mount, CPU/Monitor,Keyboard/Camera/Power Supply mount only @ 4 KT = $____________. COBAN DVMS SOLUTION @ 4 KT = $___________. COBAN DVMS SOLUTION RENEWAL @ 4 KT = $____________. 2nd Year Software Maintenance & Technical Support (per in-car unit) COBAN DVMA SOLUTION RENEWAL @ 4 KT = $____________. 3rd Year Software Maintenance & Technical Support (per in-car unit) INSTALLATION TITAN MR VMDC Hardware Installation @ 4 KT = $_________. (per vehicle) COBAN certified personnel to install equipment on site. SHIPPING In-Car Equipment @ 4 KT = $_________. This contract is subject to the Service Contract Act and therefore prevailing wage rates will be in effect for whichever county and state the installation site is in. U.S. DEPARTMENT OF LABOR SERVICE CONTRACT ACT WAGE DETERMINATION is applicable to this solicitation and can be viewed in full text on-line at http://www.wdol.gov. Select 'SCA WDs.' Search by state (WA), then by county (Stevens). Answer 'no' to previously performed, and 'no' to non-standard services. The wage determination number is WD 05-2565 (Revision 14) dated 8/5/14. CLAUSES & PROVISIONS. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of lowest total price. The National Park Service may inspect the equipment being considered for award. The government reserves the right to make award without discussions. In accordance with the clause at 52.204-07, System for Award Management, Offerors must also be actively registered in the SAM.gov on-line database, at website address https:sam.gov. Active registration means that at time quote is submitted registration status in SAM reads 'active.' Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed the reps/certs section in their SAM.gov registration. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-01 Buy American Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition. The clause, 'DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP)' is applicable to the awarded contract. IPP REGISTRATION NOT REQUIRED UNTIL AFTER AWARD. The clause, in full text, is as follows: Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's actual business invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. END OF CLAUSES. ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (fax or email) to the point of contact listed below. Fax number is 509-633-9332. If faxing question(s), include the solicitation number on the front page/cover page. If emailing, reference the solicitation number in the subject line of the email. WHEN AND WHERE TO SUBMIT QUOTE: Quotations must be received at Lake Roosevelt National Recreation Area no later than Friday, September 19, 2014 at 4:00 p.m., Pacific Daylight Time. Anticipated award date is as soon as possible the week of Sept. 22nd. Quotes may be submitted by fax or email, to the point of contact listed below. If emailed, state 'P14PS02721/QUOTE' in the subject line of the email. If faxed, include the statement 'P14PS02721/QUOTE' on the front page/cover page of the fax. WHAT TO INCLUDE IN QUOTE: (a) Company letterhead or cover page showing business name, address, phone number, and DUNS number, (b) a point of contact name, phone number, and email address, and (c) the quoted unit price. POINT OF CONTACT FOR THIS SOLICITATION is Wayne Owens, Contract Specialist, Lake Roosevelt National Recreation Area, telephone: 509-754-7817, email Wayne_Owens@nps.gov. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02721/listing.html)
 
Place of Performance
Address: Lake Roosevelt NRA1008 Crest DriveCoulee DamWA99116USA
Zip Code: 99116
 
Record
SN03515199-W 20140919/140917235442-1aa9a46a19afdef7fda54456a4bb250c (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.