Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOURCES SOUGHT

63 -- Notice of intent to award contract, sources sought for security alarm system

Notice Date
9/6/2007
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
151 ARG/LGC, 765 North 2200 West, Salt Lake City, UT 84116-2999
 
ZIP Code
84116-2999
 
Solicitation Number
F9NTSQ7211A002
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Utah Air National Guard intends to issue a Brand Name/Sole Source Award under the authority of 10 USC 2304(c)(1) and FAR 6.302-1(a)(2)(iii) to Alarm Control Systems, Inc for the purchase and installation of security systems services and maintenan ce. Brand name procurement is justified in the best interest of the government to supplement existing security equipment/systems already in place and originally procured using full and open competition for the basic contract. The supplemental equipment and maintenance service to be awarded must integrate fully with current Alarm Control Systems equipment in place. Failure to integrate and/or cause service interruption would put government security operations at great risk. The anticipated award date i s 18 September 2007. This is a combined synopsis and solicitation for the following items, CLIN 0001: 8 door controller package to include badge readers, locks, power supply, emergency egress device and wiring materials Part numbers: DSX 1048PKG, DSX H ID-PROX, ACS ML, ACS BB, ACS EB. CLIN 0002: Provide all materials and installation of double fence 18 automatic security gate with razor wire, proximity badge readers, and auxiliary batteries for 12 hour power outage backup. CLIN 0003: Provide all ser vice/maintenance for existing and to be installed Alarm Control equipment. All offers must include specifications of the items quoted. If other than brand name the offer must also include all testing, evaluations and documentation substantiating evidence of successful system integration capability. Offers must include: GSA number if applicable, DUNN and Bradstreet number, Cage Code, Tax Identification Number, and place (city and state name) where item is manufactured, business size and type, payment term s and completed copy of FAR 52.212-3 Offeror Representations and Certifications  Commercial Items or have a current copy available on ORCA (www.orca.bpn.gov). This notice and synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation, issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on Solicitation Number F9NTSQ7211A002. Firms or individuals responding must be registered with the Central Contractor Registration (CCR). CCR registration is available at www.ccr.gov. This solicita tion is issued as a small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 17 Aug 2007 and Defense Acquisition Regulation DCN 20070828 Edition. North Am erican Industrial Classification Standard 561621, Size Standard $11.5 million applies to this procurement. FOB: Destination for delivery to the Utah Air National Guard Base, 765 North 2200 West, Salt Lake City, Utah 84116. Delivery time shall be 60 days ARO. The following FAR and DFAR provisions and clauses apply to this acquisition: FAR 52.21-4 Contract Terms and Conditions  Commercial items, FAR 52.246-4 Inspection of Services  Fixed Price, FAR 52.252-6 Authorized Deviations in Clauses, DFAR 252.204 -7004 Alt A Central Contractor Registration (52.204-7) Alternate A, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items utilizing 52.219-6, 52.219-25, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 5 2.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-33, 52.232-34, 52.222-41, 52.222-42. FAR 52.252-2 Clauses incorporated by Reference, FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Ac quisitions of Commercial Items utilizing 252.225-7001, 252.232-7003 and 252.247-7023. FAR 52.204-9 Personal Identity Verification of Contractor Personnel, 52.228-5 Insurance  Work on a government installation, 52.247-34 FOB destination. The Governmen t reserves the right to award on a multiple award or all or none basis. Quotes can be mailed to Base Contracting Office, Shelley Schrader at 765 North 2200 West, Salt Lake City, Utah 84116-2926. Offers must be received no later than 12:00 PM Mountain Stan dard Time, Monday, September 17, 2006. The contract will be awarded based on the offer that is most advantageous (best value) to the government (FAR 13.106-1, 52.212-2). .
 
Place of Performance
Address: 151 ARG/LGC 765 North 2200 West, Salt Lake City UT
Zip Code: 84116-2999
Country: US
 
Record
SN01397330-W 20070908/070906221742 (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.