SOLICITATION NOTICE
63 -- IDS, Duress & CCTV System/Equip
- Notice Date
- 3/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1901 North Highway 360, Sutie 500, Grand Prairie, TX 75050
- ZIP Code
- 75050
- Solicitation Number
- HSHQC7-12-Q-00003
- Response Due
- 3/13/2012
- Archive Date
- 9/9/2012
- Point of Contact
- Name: Lavonda Adams-Krop, Title: Contract Specialist, Phone: 8176496240, Fax:
- E-Mail Address
-
lavonda.krop@dhs.gov;
- Small Business Set-Aside
- Total Small Business
- 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.The solicitation number is HSHQC7-12-Q-00003 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-56. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-03-13 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Office of Procurement Operations requires the following items, Brand Name or Equal, to the following: LI 001, Requirement of the CCTV System: Provide and install (1) one 16-Channel Color Digital Video Recorder (DVR) with a built-in DVD burner with at least a 1 Terabit Hard Drive or larger for video storage in a rack in the LAN Room., 1, EA; LI 002, Requirement of the CCTV System: Provide and install (1) one 4 Channel Video Distribution Amplifier to be located in the Rack in the LAN Room., 1, EA; LI 003, Requirement of the CCTV System: Provide and install (7) Seven 22? Color Flat Screen LCD Monitors w/(5) Wall Mounts and (2)Desk Top. One desk top at the Guards Desk and one in Rack. One with wall mount on the wall in the Managers Office, One on wall by delivery door to view the door camera at door, One on the wall by Patio Door to view camera at door, One by Private Interview room and One at Employee Entry Exit door to view the camera looking at the Exit Door., 7, EA; LI 004, Requirement of the CCTV System: Provide Five (5) Indoor Color by day and B&W by Night Mini Domes w/(2) in the main Reception Area, (1) one facing down the main Hall and (1) Looking down each of the three EFI Hallways to view Interview Windows., 5, EA; LI 005, Requirement of the CCTV System:Provide and Install (11) Eleven outside Color by Day and B&W by Night Mini Domes covering the areas as per drawing. Cameras # 6&2 are looking at the Employee entry Door and Camera 7 is viewing the Delivery Door and the Video will be showing on the Monitors at those doors., 11, EA; LI 006, Requirement of the CCTV System: Provide and Install (1) 16 Camera 24VAC Power Supply in the Rack in the LAN Room., 1, EA; LI 007, Requirement of the CCTV System: Provide and Install (1) 48? Rack with Casters to house the DVR, Surge Protector and Video Amplifier and Power Supply and Viewing Monitor in the LAN Room., 1, EA; LI 008, Requirement of the CCTV System: Provide and Install (1) One UPS for the CCTV System w/(1) 16 Channel Rack Mounted B&C Surge Protector to be located in the LAN Room., 1, EA; LI 009, Requirement of the CCTV System: Provide all necessary equipment and parts to install and make the system 100% Operational. The Contractor shall remove and dispose of all old equipment, unused material and trash in a proper and safe manner., 1, LS; LI 010, Requirement of the IDS System: Provide and Install (1) One Alarm Panel Compatible with The Denver Mega Center Monitoring Station some suggestions are the Ademco Vista 128 or Equivalent. To be located in the LAN ROOM., 1, EA; LI 011, Requirement of the IDS System: Provide and Install Three (3) Digital Keypads for the IDS System to be known as Partition #1. As per attached drawing., 3, EA; LI 012, Requirement of the IDS System: Provide and Install Four (4) Keypads for the Duress System to be known as Partition #2 to monitor the Local Duress Buttons Located at all Interview Windows, Private Interview Room and the Managers Office. Located as per attached drawing., 4, EA; LI 013, Requirement of the IDS System: Provide and Install Two (2) Duress Buttons that will be monitored in Denver and assigned to partition #1. One Button to be located at the Employee Entry / Exit Door and one at the Delivery Door., 2, EA; LI 014, Requirement of the IDS System: Provide and Install Thirty (30) Local Duress Buttons one at each Interview Window, one in the Private Interview Room and one in the Managers Office all assigned to Partition #2., 30, EA; LI 015, Requirement of the IDS System: Provide and Install Five (5) ?? Recessed Door Contacts, one at each Door as per attached drawing., 5, EA; LI 016, Requirement of the IDS System: Provide and install 4 Wireless door contacts to be located as per attached Drawing., 4, EA; LI 017, Requirement of the IDS System: Provide and Install Eleven (11) 360 Degree Duel Tech Motion Detectors to be located in the main traffic areas and any area as per attached drawing., 11, EA; LI 018, Requirement of the IDS System: Provide and install three (3) Duel Tech Curtin PIR as per attached drawing, w/two (2) Duel Tech 90 degrees PIR as per attached drawing., 3, EA; LI 019, Requirement of the IDS System: Provide and Install Thirty four (34) Glass Break Detectors at any Location where entry into the building thru a glass window might be obtained., 34, EA; LI 020, Requirement of the IDS System: Provide and Install at Least Eight (8) Eight Zone Expanders to the System., 8, EA; LI 021, Requirement of the IDS System: Provide and Install One (1) 12VDC Power Supply for the Alarm Devices., 1, EA; LI 022, Requirement of the IDS System: Provide all necessary equipment and parts to install and make the system 100% Operational. The Contractor shall remove and dispose of all old equipment, unused material or trash in a proper and safe manner. All Zones will have an end of line resistor located at end of each device and not in the panel. All devices will be home run to the panel unless it is tied into a supervised polling loop in which case the resistor will be out at the device not in the Expander. All Key Pads and LCD Monitors are subject to re-locate at the request of the Manager or the Contracting Officer or the COTR at no additional Cost to the Government prior to installation of devices., 1, LS; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Office of Procurement Operations intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Office of Procurement Operations is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 18 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 18 - required to make delivery and complete instalation after it receives a purchase order from the buyer. Delivery and instalation MUST BE COMPLETE NLT APRIL 1, 2012. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The offeror must provide proof of State License and Libility Insurance with quote as an attached document to this RFQ in Fed Bid. Failure to provide required documents shall result in their bid/quote to be unacceptable and no longer under consideration for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQC7-12-Q-00003/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02692874-W 20120311/120309234644-b9f0b743f48a0ee5c3129764e60f5839 (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 |