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
MODIFICATION

63 -- Security Upgrades, North Las Vegas, NV

Notice Date
9/17/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
199 6th Avenue Suite 256, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-14-Q-6141
 
Response Due
9/18/2014
 
Archive Date
3/17/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is W9124D-14-Q-6141 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-18 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be North Las Vegas, NV 89031 The MICC Fort Knox requires the following items, Brand Name or Equal, to the following: LI 001: Name brand or equal to DIGITAL MONITORING PRODUCTS XR500NL-G XR500, Network Capability, Panel IP550 Gray Enclosure w/Transformer., 1, EA; LI 002: Name brand or equal to 477967 Battery 12V 7AH, 4, EA; LI 003: Name brand or equal to DIGITAL MONITORING PRODUCTS 7060N-I LCD Display-Ivory Alarm Keypad., 1, EA; LI 004: Name brand or equal to DIGITAL MONITORING PRODUCTS 714-16 ZN EXP, 16 Point Zone Expander, 340 ENC, Gray, 2, EA; LI 005: Name brand or equal to Altronix AL175ULX Burglary/Fire/Access Power Supply, 12/24VDC @ 2, 1, EA; LI 006: Name brand or equal to AMSECO SL401R A/V alarm strobe light., 2, EA; LI 007: Low voltage electrice wire, white, 500 ft reel. 741802PL-L 18/2c STR CMP., 1, EA; LI 008: Name brand or equal to Brivo ACS5008-S 8 Door Control Panel 5000 Onsite series., 1, EA; LI 009: Name brand or equal to Brivo ACS5000-DB Two Reader Expansion Board., 5, EA; LI 010: Name brand or equal to Brivo ACS5008-EXP Expansion Chassis to House 4 Boards, 1, EA; LI 011: Brand name or equal to Altronix AL600ULXPD16 NAC Power Extender, 24/12 VDC @ 6.5A, 2-WI, 1, EA; LI 012: Name brand or equal to HID Identity 920-XXX PIV Class RP40 card reader FIPS-201 compliant., 11, EA; LI 013: Name brand or equal to AMERICAN DYNAMICS ADLCD19MB 19in LCD, HDMI, VGA, Monitor 1-BNC., 2, EA; LI 014: RG59/U SBC+18/2 STR CMP 808050 Coaxial Cable., 500, FT; LI 015: Name brand or equal to Lenel GE-DS-82-POE 8-Port 10/100+2 GigE TP/SFP Full PoE Managed Switch., 1, EA; LI 016: 710536EWTA 24/4pr SOL 5e CAT Cable CMP White, 1000, FT; LI 017: Name brand or equal to Axis Communications 5017-027 AXIS T91A02 Din Rail Clip 77mm Camera Mount: DIN rail clip for AXIS Q7401, AXIS P8221 and AXIS 7701., 5, EA; LI 018: Name brand or equal to American Dynamics ADHD16010A HDVR, 2U, 16 channel. analog/ 8 channel. IP, 1TB, Rev 2 DVR Device., 1, EA; LI 019: Name brand or equal to Axis Communications 515367 AXIS COMM 0535-001 M3024-LVE Compact Minidome POE Camera, 6, EA; LI 020: Name brand or equal to Axis Communications 523013 AXIS COMM 5900-021 T94F02 Outdoor Pendant Kit (Camera Cover) for M3024-LVE, 5, EA; LI 021: Delivery, Installation and Labor in accordance with the performance work statment provided herein., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 52.204-7 System for Award Management. 52.211-6 Brand Name or Equal. 52.212-1 Instructions to Offerors. 52.225-25 Prohibition on contracting with entities engaging in certain activites or transactions to Iran. 52.204-13 System for Award Management Maintenance. 52.212-4 Contract Terms and Conditions. 52.232-40 providing Accelerated Payments to Small Business Subcontractors. 252.203-7005 Representation relating to compensation of former DoD Officials. 252.203-7000 Requirements relating to compensation of former DoD Officials. 252.203-7002 Requirement to inform employees of Whistleblower Rights. 252.204-7003 Control of Governement Personnel Work Product. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7002 Qualifying Country Sources for Subcontractors. 252.232-7003 Electronic Invoicing. 252.232-7010 Levies on Contract Payments. 252.247-7023 Transportation of Supplies by Sea. These supplies are being procured using NAICS code 334290. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. See 52.204-99 Deviation included herein for information and instructions. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The Buy American Certificate, when attached, must be completed and attached to the bid or emailed before the end date and time of this solicitation. Digital copies of the certificate may be emailed to nicholas.j.cherry.mil@mail.mil. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. The tax liability form, when attached, shall be completed and either uploaded with the bid, or emailed before the end date and time of this solicitation. Digital copies of the form may be emailed to nicholas.j.cherry.mil@mail.mil. See Attached Document. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel- Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel- Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Changes in or deviation from the scope of work shall not be effected without a written modification executed by the contracting officer. Only the contracting officer may approve any changes. Contractors proposing to furnish a substitute must submit descriptive literature with their offers. The 52.222-22, when attached, shall be completed and either uploaded with the bid, or emailed before the end date and time of this solicitation. Digital copies of the form may be emailed to nicholas.j.cherry.mil@mail.mil. The 52.222-25, when attached, shall be completed and either uploaded with the bid, or emailed before the end date and time of this solicitation. Digital copies of the form may be emailed to nicholas.j.cherry.mil@mail.mil. See Attached Document. 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/these address(es): http://farsite.hill.af.mil/(End of Provision) Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) The 52.212-3 (ALT I) shall be completed and either uploaded with the bid, or emailed before the end date and time of this solicitation. Digital copies of the form may be emailed to nicholas.j.cherry.mil@mail.mil. The following types of insurances are required pursuant to FAR Clause 52.228-5 titled ?Insurance?Work on a Government Installation? and shall be maintained in the minimum amounts shown below: (a)Workman?s Compensation and Employers? Liability Insurance: $100,000.00 except in the states of Nevada, North Dakota, Ohio, Washington, West Virginia, and Wyoming, where the coverage shall comply with state law. NOTE: In jurisdiction where all occupational diseases are not compensable under applicable law, insurance for occupational diseases shall be required under the employer?s liability section of the insurance policy. (b)Comprehensive General Liability Insurance: Bodily injury $500,000.00 per occurrence. (c)Comprehensive Automobile Liability Insurance: The policy covering the operation of all vehicles used in connection with this contract shall provide at least $200,000.00 per person, $500,000.00 per occurrence for bodily injury, and $20,000.00 per occurrence for property damage. (d)Cancellation notice shall be a minimum of 30 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66e630a5870b7ba2b390f5cc3f9a2717)
 
Place of Performance
Address: North Las Vegas, NV 89031
Zip Code: 89031
 
Record
SN03516184-W 20140919/140918000355-66e630a5870b7ba2b390f5cc3f9a2717 (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.