SOLICITATION NOTICE
63 -- Upgrade Existing Security Camera System and Recording Equipment
- Notice Date
- 8/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Southern Plains Area Office, 7607 Eastmark Drive, Suite 230, College Station, TX, 77840
- ZIP Code
- 77840
- Solicitation Number
- R24-7MN1-2002
- Response Due
- 9/16/2002
- Point of Contact
- Michael Douglas, Contract Specialist, Phone (979) 260-9480, Fax (979) 260-9413, - Anduin Jaster, Procurement & Property Assistant, Phone 979-260-9475, Fax 979-260-9413,
- E-Mail Address
-
mdouglas@spa.ars.usda.gov, ajaster@spa.ars.usda.gov
- Description
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is R34-7MN1-02 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside; The NAICS is 561621, business size standard $10.5 million. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 01-08. This requirement is for a firm fixed price contract. The USDA, Agricultural Research Service, has a requirement to upgrade the existing security camera system and recording equipment. The contractor will provide recommendations and specifications for upgrading the existing system. SCOPE OF WORK: Currently there are 5 exterior mounted (IntelliSense IV 460-N24A) and 3 interior mounted (greenhouse) security cameras that are being recorded on VHS tapes. We are interested in upgrading our existing system to include: (1) Increase perimeter security to minimize dead areas. (2) Add interior camera at the receptionists desk to monitor and record incoming employees and visitors. (3) Add exterior cameras at the receiving dock with a monitor at the receptionists desk. (4) Digital recording. (5) Archieving that will store a minimum of 60 days. (6). 24 hour a day operation of all cameras and recording if activity is present. (7) Rack to house all recording equipment and monitor. (8) Indicate response time for service calls and emergencies. (9) Indicate response time for non-emergency calls. (10) Indicate, hourly rates and overtime rates. (11) If any credit can be given on existing equipment, please indicate on your bid. (12) Indicate warranty provisions. **NOTE: Night time lighting is provided with high pressure sodium bulbs. The USDA desires a "turn-key" system. Contractor is responsible for the purchase of all parts and materials, transportation of, storage of, and security of all parts, tools, and materials required and utilized during the installation process, and for the complete installation of the entire system. A site visit is scheduled for Wednesday, September 4, 2002, at 9:00 a.m. The site visit will be held at the USDA, Agricultural Research Service, 3810 4th Street, Lubbock, Texas, 79415. For directions please contact Greg Cartwright at (806) 723-5210. Any and all questions concerning the security system must be in writing and submitted through the Contracting Officer. The Security System shall be delivered and installed at the USDA, Agricultural Research Service, 3810 4th Street, Lubbock, Texas, 79415. The Government "REQUIRES" delivery no later than 90 days after receipt of order, however, each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; descriptive literature, brochures, and five references for the proposed equipment. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. 52.252-2 CLAUSES INCORPORATED BY REFERENCE; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses from (a) 52.222-3, Convict Labor; 52.233, Protest after award, and (b) FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-34,Payment by Electronic Funds Transfer - Other than Central Contractor Registration; applicable to this acquisition: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price (based on F.O.B. Destination), where technical and past performance are more important than price. Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, USDA, ARS, SPA, 7607 Eastmark Drive, Suite 230, College Station, Texas, 77840, no later than 3:00p.m., September 16, 2002. Quotations my be provided by facsimile to (979) 260-9413 if desired. Additional information may be obtained by contacting the contracting officer at (979) 260-9480 (voice) or email below.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/SPAO/R24-7MN1-2002/listing.html)
- Place of Performance
- Address: USDA, Agricultural Research Service, 3810 4th Street, Lubbock, Texas
- Zip Code: 79415
- Country: U.S.A.
- Zip Code: 79415
- Record
- SN00147428-F 20020823/020821223104 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |