Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOLICITATION NOTICE

N -- Access Control System (ACS) for Lake Charles, LA - RFQ for Access Control System (ACS) - Davis Bacon Wage Determination No. LA100004, dated 9/16/2011

Notice Date
10/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Southwest Supply Operations Center (QSDL), 819 Taylor St Room 6A00, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
QSDLAB-H5-11-1020
 
Archive Date
11/23/2011
 
Point of Contact
Daniel A Herrera, Phone: 817-850-8256, Christopher A. Redmond, Phone: 817-850-8270
 
E-Mail Address
daniel.herrera@gsa.gov, chris.redmond@gsa.gov
(daniel.herrera@gsa.gov, chris.redmond@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Davis Bacon Wage Determination No. LA100004, dated 9/16/2011 RFQ for Access Control System (ACS) This is a Brand Name-or Equal Request for Quote (RFQ) for the purchase of a new or upgraded Access Control System (ACS) to be installed in and around U.S. Department of Homeland Security (DHS) Investigators, that will occupy Petro Point 5000, 1 st Floor, 620 Esplanade, Lake Charles, LA 70607. The work shall be completed in accordance with the Statement of Work (SOW) in Section B. The Schedule of Items in Section A covers all equipment, materials, and labor necessary to complete installation of the system. It also includes performing tests and making adjustments to the system. The contractor shall deliver and completely install all items in the Statement of Work. There will be a site visit held on THURSDAY, NOVEMBER 3, 2011 at 10:00 a.m. (CST) at the DHS facility located 620 Esplanade, Lake Charles, LA 70607. Please call Daniel Herrera at (817)850-8256 to confirm attendance by 3:00 p.m. (CST) MONDAY, OCTOBER 31, 2011. Mandatory participation is required to be considered for award. No exceptions will be made. It is anticipated that minor construction will be required to install the Access Control System. Davis Bacon Act prevailing minimum wages and construction clauses for installation and site preparation will apply to this procurement. See Section E for applicable clauses. Davis Bacon Wage General Decision Number LA100004 dated 09/16/2011 is applicable. See separate attachment Award for this procurement shall be based on technical factors, past performance, and price, which together, constitute a best value to the Government. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. The technical factor is equal in weight to the past performance factor. The two (2) non-price factors, Technical and Past performance, when combined will be "significantly more important" than the Price Factor. However, as offers become more equal in non-price factors, the Total Price becomes more important. The Contractor shall provide Firm-Fixed Pricing, FOB Destination from the vendor's facility directly to the DHS facility located at 620 Esplanade, Lake Charles, LA 70607. All quotes shall be submitted electronically to the GSA Contracting Officer, Daniel Herrera, at daniel.herrera@gsa.gov. RESPONSES ARE DUE ON November 8, 2011 AT 4:00 P.M. CST. Additional questions should be forwarded to Daniel Herrera at the email address above or by phone at (817) 850-8256. Inspection and Acceptance shall be at Destination. There will be a one-hundred percent (100%) inspection of all devices installed. The Schedule of Items with product descriptions is listed in Section A on pages 4-6. All brand name items are requested on a brand name-or equal basis. If exceptions are taken to any characteristics listed in the Product Descriptions, a full explanation must be disclosed and accompany the RFQ response and your quote may or may not be accepted. It is the offeror's responsibility to provide only items that fully comply with the Product Descriptions. Required Clauses, applicable to all items in this Request for Quotation, is shown on pages 15 through 54. The Buy American Act is not applicable to this IT Commercial Product solicitation IAW FAR 25.103(e). **Contractor should quote any additional equipment or software not already listed in Schedule of Items in section A of the RFQ, which may be needed to facilitate the total turnkey solution as required, in section B, Statement of Work (SOW). ** **This procurement is issued in accordance with GSAM 511.104, Use of Brand Name or Equal Purchase Descriptions. If you offer other than the brand name(s) items identified in this solicitation, you must provide adequate information for GSA to determine the equality of the product(s) offered. Failure to provide such information may result in your offer no longer being evaluated or considered for award. **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/92dafa0cbf446a6053fcbac3cc08e8ea)
 
Place of Performance
Address: Lake Charles, Louisiana, United States
 
Record
SN02612361-W 20111027/111025234030-92dafa0cbf446a6053fcbac3cc08e8ea (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.