SOLICITATION NOTICE
63 -- Provide all labor, materials, equipment and transportation to install/replace Security systems for Building P-39, Kunia, Building 1170/1171, Schofield Barracks and Building 220, Fort Shafter, Island of Oahu, Hawaii
- Notice Date
- 9/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- DABQ06-03-T-0748
- Response Due
- 9/18/2003
- Archive Date
- 11/17/2003
- Point of Contact
- Kerry Luke, (808) 438-6535 ext 147
- E-Mail Address
-
Email your questions to ACA, Fort Shafter
(Kerry.Luke@shafter.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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; proposals are b eing requested and a written solicitation will not be issued. The solicitation number DABQ06-03-T-0478 IS ISSUED AS A Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 90-45. The North American Industry Classification System code is 561621 and is a 100% Small Business Set-Aside. The acquisition is a firm-fixed contract to provide all labor, materials, equipment and transportation to install / replace perimeter lighting and wired t o building power; provide and install close circuit television cameras; provide and install proximity scanners; and two-year service support agreement for Building P-39, Kunia, Building 1170/1171, Schofield Barracks and Building 220, Fort Shafter, Island o f Oahu, Hawaii. In addition, provide and install electronic gate with operational control from security desk in Building P-39 and Building 1170/1171. The following is a list of the equipment that is recommended for this requirement. Offeror may provide equal equipment from other manufacturers. Lenel OnGuard GO, Integrated Chassis and badging system; LenelL 500, Intelligent System Controller; Lenel 1300, Single Door Controller; Lenel 1320, Double Door Controller; Lenel Power Supply, 24VDC 2.5A w/ battery ; Eltron P420C, Color Badge Printer; Lenel CAM-500KUSB, CCD image capture kit; Dell Dimension PC, Client for badging, video imaging, HID Card Reader, Proximity Card Reader; Door Strikes, Electronically controlled; Door release, Push bar type, electronicall y controlled; Door release, Push bar type, manual; Toshiba JK-MX16A, Video Multiplexer; Sony SSM-20N5U, Video monitor; Toshiba IK-64WDA, CCTV camera, fixed; Toshiba IK-DP01A, CCTV camera, PTZ; Extreme CCTV EX82D, Dual Sensor Night Vision CCTV Camera, Misc. material, Cable, conduit, connectors, mounts, etc. Quantities will be determined by each offeror based on Site Visit to each building. Site Visit is scheduled for Friday, September 12, 2003 at 8:00 a.m. (HST) beginning at Building 220, Fort Shafter, the n proceeding to Building 1170/1171, Schofield Barracks and Building P-39, Kunia. You are required to notify Mr. Kerry Luke no later than September 10, 2003 of your interest in attending the site visit by e-mail at LukeK@shafter.army.mil. Item 0001: Buil ding P-39, Kunia. 0001AA: Install lighting quad surround day/night sensor lighting affixed to the top of each existing light pole. Lights must be wired to compound power supply and generators. 0001AB: Install CCTV cameras around perimeter with 180-deg ree rotation capability to allow for complete perimeter and compound coverage and at the main gate for compound entry monitoring. All cameras will be connected to the CCTV control unit and monitors located at the facility security control desk located ins ide Building P-39. 001AC: Install proximity scanners at Gate entrance to be used if compound is completely evacuated and at Main entrance to main facility. 0001AD: Install electronic gate (opens from left to right). Provide operational gate controls to facility at the security desk located inside Building P-39. 0001AE: Provide two-year service support Agreement. 0002: Buildings 1170/1171, Schofield Barracks. 0002AA: Install light pole with halogen quad surround day/night sensor lighting affixed to the top of pole. Replace four (4) existing day/night sensor lighting units. Lights must be wired to compound power supply/generators. 0002AB: Install one (1) CCTV camera at the gate for compound entry monitoring. The camera is to be connected to the CCTV control unit and monitor located at the facility security control desk located inside building 1170. 0002AC: Install electronic gate control. Provide op erational control to facility security desk located inside building 1170. 0002AD: Provide two-year service support agreement. 0003: Building 220, Fort Shafter. 0003AA: Replace six (6) existing day/night sensor lighting units and add six (6) additiona l day/night sensor lighting units to the rear of the building. Lights must be attached to the building and wired to building power supply/generators. 0003AB: Install CCTV cameras on each corner of the building with 360-degree rotation capability to allo w perimeter and roof coverage. Replace one (1) CCTV camera located at single point of entry with 360-degree rotation capability to permit monitoring at the main entrance. All cameras are to be connected to the CCTV control unit and monitors located in th e Secret area of Building 220. 0003AC: Install entry/exit proximity scanner set along with appropriate hardware at single point of entry and is to be wired back to the control unit located in the Top Secret area of Building 220. 0003AD: Provide two-yea r service support agreement. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. FAR 52.212-2, Evaluation Commercial Items, as a minimum, shall contain (1) Offeror to provide detailed breakdown of items (manufacturer, model and qu antity) to be used in fulfilling this requirement; (2) Listing of past performance (contract references to include name/address/phone/email address); Past performance will be evaluated based on scope and magnitude of work performed on references; (3) Proper Security Clearance for personnel necessary to access Secret and Top Secret areas; (4) Price/Cost of items being offered in CLINs 0001 through 0003AD. Offerors who fail to follow the format and requirements listed in (1) through (4) may be found u nacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price, past performance and abil ity to meet the delivery schedule. The government may award a contract based on initial offers received, without discussion of such offers; therefore, initial offer should contain the offeror??????s best terms from a cost or price and technical standpoint . Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications ?????? Commercial Items and 252.212-7000 Offeror Representations and Certifications ?????? Commercial Items, with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions ?????? Commercial Items, is applicable; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Alt I, Restrictions on Subcontractor Sal es to the Government, with Alternate I; FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity; FAR 52.233-2 Service of Protest. The following DFAR Clauses apply: DFARS 252.212-7001 Contract Terms and Conditions Req uired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7007, Buy American Act ?????? Commodities; DFARS 252.247-7024, Notifi cation of Transportation of Supplies by Sea, FAR 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLINs 0001 through 0003AD, 90 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as fol lows: REQUIRED DELIVERY SCHEDULE Item 0001 through 0003AD within 120 days after date of award. The Defense Priorities and Allocations System (DPAS) does not ap ply. Wage Determination No.: 1994-2153, Revision No.: 32, dated 08/21/2003 is applicable to this requirement. Past performance shall be e-mailed, mailed or faxed to the Army Contracting Agency, RCO-HI, ATTN: SFCA-PRH-C, Building 520 (Basement), Fort Sha fter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 09/18/2003, 2:00 P.M. Hawaii Standard Time. For information regarding this solicitation, contact Mr. Kerry Luke (808) 438-6535, extension 147. All responsible sources may submi t an offer. No telephonic requests for the solicitation package will be accepted.
- Place of Performance
- Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
- Zip Code: 96858-5025
- Country: US
- Zip Code: 96858-5025
- Record
- SN00430089-W 20030911/030909213355 (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 |