Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2020 SAM #6786
SOLICITATION NOTICE

58 -- CCTV with installation for two Coast Guard units

Notice Date
6/26/2020 6:53:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z028-20-Q-7S1K9100
 
Response Due
7/3/2020 12:00:00 PM
 
Archive Date
07/18/2020
 
Point of Contact
Jerry Lopez, Phone: 3054157085, Fax: 3054157092, Dale Stauffer, Phone: 305-292-8805
 
E-Mail Address
jerry.lopez@uscg.mil, Dale.K.Stauffer@uscg.mil
(jerry.lopez@uscg.mil, Dale.K.Stauffer@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SEE BELOW FOR Q&A'S SUBMITTED BY INTERESTED PARTIES AND RESPONSE FROM COAST GUARD ENGINEERS. This combined synopsis/solicitation for supplies/services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is 70Z028-20-Q-7S1K9100. �Applicable North American Industry Classification Standard (NAICS) codes are: 238210 Electrical Contractors and Other Wiring Installation Contractors, Size standard in Millions ($15.0) This requirement is for a fixed price contract. �The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Best Value. When submitting your proposals, request a price breakdown of the following: Cost of labor and supervision for installation Cost of materials and equipment required per SOW Contract will be awarded to the vendor who can provide similar equipment required within the SOW and installation of equipment within the timeframe needed by units.� Cost and Past Performance factors will also be considered when selecting the award. Anticipated award date: 10 business days after close of solicitation, OOA 17 July 2020 Quotes are to be received no later than close of business (3 p.m.) on 03 July 2020. Faxed quotations will be accepted at 305-415-7092 or via e-mail to Jerry.Lopez@uscg.mil Quotations sent via the US Postal Service or hand delivered should be sent to: Commanding Officer USCG Base Miami Beach (P&C) �Attn: Jerry Lopez 909 SE 1st Ave, Room 512 Miami, FL 33131. Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in FEDBIZOPS (www.fbo.gov). Wage determinations: 2015-4583� Rev 13 dated 05/03/2020 SCOPE OF WORK:� Contractor to provide all labor, supervision, materials and equipment to provide and install CCTV cameras and equipment needed for security monitoring at two Coast Guard locations listed below per provided SOW.�� ***The equipment listed on the attached SOW are examples of the type of equipment needed for both locations.� Equipment provided must have same/similar specs as equipment listed.� Items provided does not have to be manufacturer specific. USCG Sector Key West 100 Trumbo Point Road Key West, FL.� 33040 And USCG Station Islamorada 183 Palermo Drive Islamorada, Fl. 33036 Geographical range:� Price Range: NTE $80K Performance Period: �Performance of work is expected to commence NLT 10 days after award is made. Extension period must be approved by the Contracting Officer for any unforeseen delays. Site visit:� It is highly recommended and encouraged that interested parties contact Chief Warrant Officer Dale Stauffer, Key West Security Officer to schedule site visits to both locations.� Dale.K.Stauffer@uscg.mil or via phone at 305-292-8805 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020) 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020) 52.212-4 Contract Terms and Conditions�Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020) 52.222-41 Service Contract Labor Standards (Aug 2018) Work hours:� Monday through Friday, 0800 � 1500 (8 am � 3 pm) No weekends or Holidays authorized. See attached applicable FAR Clauses by reference. Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Request Company�s tax ID information and Duns number. Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an �ACTIVE� status prior to award. Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service. Q&A: Key West: 1. In Section 3.2 are J hooks permissible to secure cabling in the space above the ceiling? A:� Yes 2. What type of ceiling does this building have? Drop ceiling or Hard Lid? A:� Drop Ceiling 3. How many cameras are currently operational? A:� 13 and FMC- 13 additional cameras for barracks 4. Are the existing cameras IP (Digital) or Coax Analog) based? A:� IP 5. What is the label format needing to be utilized? A:� The only labels required would be in order to trace it to the power supply in order to secure power, label format would be required to match the applicable breaker panel. 6. What type of label maker is permissible for marking cable? A: There is no specification on the type of label maker required. 7. Does the Coast Guard have a Pre-Test / Test and Verification Inspection form or can we use our own? A:� Vendor can use their own. 8. Will the contractor have the ability to have a place to store equipment and tools on site? A:� Yes 9. Will the contractor have a space provided to secure a lift after hours? A:� Yes Islamorada: 1. In Section 3.2 are J hooks permissible to secure cabling in the space above the ceiling? A:� Yes 2. What type of ceiling does this building have? Drop ceiling or Hard Lid? A:� Drop 3. For all exterior cameras are exterior cabinets required or are back boxes permissible to mounting the��� exterior cameras? A:� Back boxes are fine 4. Is it permissible to use PVC Schedule 40 for the outside conduit? A: We are ok with PVC Schedule 40 for exterior conduit but want to ensure that local code requirements are followed 5. Are there any existing cameras at this location? A:� There are but this system will be removed and not added to the over security of the base. (03 cameras) 6. How many cameras are currently operational? A:� 03- old and not supported or full functional 7. Are the existing cameras IP (Digital) or Coax Analog) based? A:� Coax 8. What is the label format needing to be utilized? A: The only labels required would be in order to trace it to the power supply in order to secure power, label format would be required to match the applicable breaker panel. 9. What type of label maker is permissible for marking cable? A: There is no specification on the type of label maker required. 10. Does the Coast Guard have a Pre-Test / Test and Verification Inspection form or can we use our own? A:� They can use their own 11. Will the contractor have the ability to have a place to store equipment and tools on site? A:� Yes 12. Will the contractor have a space provided to secure a lift after hours? A:� Yes
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/65298a22f38145c28a10937d3019b4dd/view)
 
Place of Performance
Address: Key West, FL 33040, USA
Zip Code: 33040
Country: USA
 
Record
SN05704920-F 20200628/200626230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.