SOLICITATION NOTICE
63 -- Security System Installation - ATTACHMENTS
- Notice Date
- 7/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Agriculture, Forest Service, Northern Research Station, 1992 Folwell Avenue -, Acquisition Management, St. Paul, Minnesota, 55108
- ZIP Code
- 55108
- Solicitation Number
- AG-3604-S-15-0024
- Archive Date
- 10/31/2015
- Point of Contact
- Maria T. Evans, Phone: 6105574237
- E-Mail Address
-
mtevans@fs.fed.us
(mtevans@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Experience Questionnaire Additional Solicitation Documents The USDA Forest Service, Northern Research Station is initiating a Request for Quote (RFQ) procurement action and intends to award a Firm-Fixed Price contract to install security cameras at the Spruce site on the Marcell Experimental Forest. The contractor shall furnish all necessary materials, supervision, labor, equipment, and incidentals required to perform this task. 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 number is AG-3604-S-15-0024 and it is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular current to FAC 2005-83. The NAICS Code for this project is 238210 with a size standard of $15.0 Million. All contractors must be registered in the System for Award Management (SAM) - previously Central Contractor Registration (CCR) at https://www.sam.gov/portal/public/SAM/ as required by FAR 4.1102. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following Internet web site: http://vets.dol.gov/vets100/.   Contract Line Items are as follows: Line Item 001 Equipment Line Item 002 Labor & Installation DESCRIPTION OF REQUIREMENTS: A. Scope of Contract Furnish all labor, equipment, and supplies necessary to install a camera security system at the Spruce site on the Marcell Experimental Forest. It is located approximately 40 minutes' drive from Grand Rapids, MN on the Chippewa National Forest. The contract would task the contractor to provide and install all materials and equipment required for operation and also offer training to Forest Service and Department of Energy personnel tasked in its use. B. Performance Requirements 1. Install cameras and all required infrastructure. a. Ten cameras would be installed. All cameras must be rated for outdoor use in sub-zero conditions. Units must be high definition (1080 P or better) and must be night vision capable with IR illuminators or equivalent. Camera height would be approximately 12' from the ground in all locations. There are existing posts that can be added to at many locations. b. System is to be hard wired, no wireless components. There is a conduit system already installed between the start of the boardwalks and the office building that would house the recording and viewing equipment. A pull string is available to pull through a 1 1/4' conduit. There are 3 fiber cables in the conduit that cannot be damaged. Contractor assumes all responsibility for damage to the cable and a new pull string must be installed with the new cable for future use. Metal and wet location flex conduit must be used in all locations, no PVC. Conduit could be installed to the aluminum boardwalks themselves to house cable traveling to the cameras at the end of the boardwalk. Fiber optic cable is to be used in the final run from the central junction point near the CO2 tanks to the office building. Cat 5E cable would be permissible between other components. Cabinets at boardwalk junction points must have heaters for cold weather. c. Office to contain recording and viewing equipment is approximately 1200' from the junction point of the three boardwalks. Recoding unit must be digital and able to record all 10 cameras for a minimum of two weeks for all cameras. Cameras may be set to motion/heat record. These settings must be adjustable. Monitor and any input/output devices must be provided to properly use the system as well as training for employees as to its use. Provide rack or stand for components in office area. d. Entire system must have the capability of being expanded for additional capacity in the future. An onsite meeting for all potential bidders will be scheduled. e. Contractor is responsible for all clean up in affected areas. All electrical work must be done to NEC and local codes. All measurements and distances must be gathered and confirmed by contractor. f. Bathroom facilities are not available on site. SITE VISIT: Tuesday, 21 July 2015 at 10:00 AM Central Time; 11:00 AM Eastern Time Please contact Eric Troumbly, Facility Operations Specialist (FOS) at 218-326-7129; or etroumbly@fs.fed.us to confirm your attendance at the site visit. The site visit is not mandatory, but is highly recommended. Failure to do so does not relieve the offeror from accurately determining the scope of work required. DATE & PLACE OF DELIVERY: Installation shall begin on or about 24 August 2015. Contractor shall provide Mr. Troubmly (FOS) with a delivery and installation schedule. EVALUATION FACTORS are in descending order of importance. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Cost/Price Factor 2: Acceptability of the Security System (Rated as Acceptable or Unacceptable): Please submit item descriptions in accordance with the Scope of Work Factor 3: Contractor Past Performance Factor 4: Contractor Experience Factors 2, 3 and 4 when combined, are approximately equal to cost/price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Quotes are due on 31 July 2015 by 11:00 AM Central Time (Noon Eastern Time). Quotes may be e-mailed to Maria T. Evans @ mtevans@fs.fed.us or sent by mail to the USDA Forest Service, Northern Research Station, 11 Campus Blvd., Suite 200, Newtown Square, PA 19073, ATTN: Maria Evans, Contracting Officer. Contact the Contracting Officer, Maria Evans at mtevans@fs.fed.us (610-557-4237) with questions or for information regarding this procurement. Service Contract Act Wage Determination 05-3029 (Rev.-15) is applicable and is attached. Award will be made as a whole to one offeror. This procurement is set aside 100% for small business concerns. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors shall complete the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (See Separate Attachment) The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items apply to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. Contractors are required to submit the following as part of a complete quotation package: 1. Page 1, Project Manager and Quoted Price - Schedule of Items 2. Pages 2-17, FAR 52.212-3 & AGAR 452.209-70 3. Equipment Details 4. Installation & Delivery Schedule 5. Experience Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63PX/AG-3604-S-15-0024/listing.html)
- Place of Performance
- Address: USDA Forest Service, Northern Research Station, Marcell Experimental Forest, United States
- Record
- SN03787783-W 20150709/150707235921-4c8c2ec1d967dd9f173de9c1148c6965 (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 |