SOLICITATION NOTICE
63 -- Four Camera Day/Night Gate Surveillance with License Plate Reader
- Notice Date
- 8/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W81R8T71650010
- Response Due
- 9/10/2007
- Archive Date
- 11/9/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented wi th additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) 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 (FAC) 2005-18 effective 30 June 2007 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20070802. It is anticipated that payment will be made by Gove rnment Visa Credit Card. The North American Industry Classification System (NAICS) is 423610 with a size standard of 500 employees. This requirement is 100% set aside for small business. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. This requirement is for: 1. location at 4 gates a minimum of 4 cameras. 2. Day and night observation and recording ability from total dark ness to direct glare from sunlight or high-beams while the vehicle is moving. 3. Minimum of 72 hour recording retention ability. 4. Ability to see and record the driver and the vehicle in both the inbound and outbound lanes, in color. 5. Ability to see and record the vehicle rear license plate in color. 6. Ability to have an overview of the gate with pan and tilt capabilities. 7. Ability to be monitored, recorded, and operated from a central dispatch center up to 10 miles from the camera. 8. Ability to operate in weather ranging from low 20's to 120 degrees fahrenheit, rain and dust. Weather proof housing. 9. Operational range from 15 to a least 50 feet. 10. At a minimum of a 19 inch color Monitor to display four cameras one in each quadrant. 11. P rice to include installation and training on the operation for all users at the time of installation. 12. Price to include all necessary and required equipment to operate the system correctly and efficiently. 13. The ability to expand and add on more ca meras to the system. 14. Minimum 2 year warranty. All proposals shall be clearly marked with PR # W81R8T71650010 and emailed to the contact listed below or sent by facsimile to 928-328-6849 no later than 8:00 AM MST, September 10th, 2007. It is your res ponsibility to ensure the information is received by an email or phone. The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on delivery and pric e. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Sept 2006). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document. This contract may include the following clauses: FAR 52.212-4 Contract Ter ms and Conditions Commercial Items (Feb 2007) and specifically addendum 52 .247-34 FOB Destination (Feb 2006), FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jun 2007) apply to this acquisition . Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 5 2.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agre ements Balance of Payments Program (Jun 2005). 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). If you plan on participating in this acquisition, you are required to provide your name, address, phone number, and em ail address to point of contact below or by facsimile (928) 328-6849. Any technical questions need to be sent to the POC below by August 23rd 10:00 AM MST. A site visit is planned for August 30th at 10:00 AM MST. You must let me know by Tuesday August 2 8th by 5:00 PM MST if you wish to participate in the site visit. A visitors form will be emailed to you to fill out and send back.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01367637-W 20070811/070809221927 (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 |