Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2020 SAM #6824
SOLICITATION NOTICE

58 -- Intrusion Detection System

Notice Date
8/3/2020 1:14:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QM MICC-FT BENNING FORT BENNING GA 31905-5000 USA
 
ZIP Code
31905-5000
 
Solicitation Number
BENNINGCIDPSB
 
Response Due
8/5/2020 12:00:00 AM
 
Archive Date
02/01/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
AMENDMENT NOTICE: 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 BENNINGCIDPSB and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-08-05 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Benning, GA 31905 The MICC Fort Benning requires the following items, Brand Name Only (Exact Match), to the following: LI 001: System Overpack -cable storage area 25"" x 16"" x 11"" System and accessory cases, 1, EA; LI 002: P4Me-u, 12 Zone 900MHz alarm receiver, 4 PVX Inputs, FB4 - 4 channel SD Card DVR, battery back up, 1, EA; LI 003: Integrated 3G HSPA / Remote Monitor - SMS to up to 4 numbers, 1, EA; LI 004: 4G Modem, Europe/Rest of World LTE Penta Band, UMTS/WCDMA Tri-Band, GSM/SPRS/Edge Dual Bond, 1, EA; LI 005: 4G Modem, USA (GSM/LTE) LTE Quad Band, MTS/WCDMA Tri-Band, GSM/GPRS/Edge Quad ATT/TMo, 1, EA; LI 006: 256GB SD card, 2, EA; LI 007: Indoor Magnetic Contact Sensor, 6, EA; LI 008: Indoor Mini PIR Motion Sensor Coverage: 25 ft x 90 deg., 4, EA; LI 009: Waterproof Panic/Duress Button Mounts: Belt Clip, Necklace chain, 2, EA; LI 010: Waterproof remote Control key Panther Alarm Arming Control, 1, EA; LI 011: Sensor Magnet Box 7 magnetic sensor magnets, 1, EA; LI 012: International AC Power Adapter, 3, EA; LI 013: Panther Power Supply 18VDC, 100 W 6 foot cord, 1, EA; LI 014: Dry Erase Marker, 1, EA; LI 015: Indoor Wired Camera 3.7 mm lens (interchangeable) color, 2, EA; LI 016: RAC Camera Mount magnetic 1/4 x 20 socket, 2, EA; LI 017: Lens Kit 2.5 mm (4), 8 mm (2), 16 mm (2) Pre-focused lens, 1, EA; LI 018: Indoor Micro Camera (Kit of 2) 55 deg FOV, Color 1 ft cable and PVX adapter, 1, EA; LI 019: Indoor Wireless Camera 1.2 GHz, 3 Channels, 500 mW 3.7 mm lens (interchangeable) color (see attached for specs), 2, EA; LI 020: Indoor Video Receiver 1.2 GHz, 3 channels, 500 mW, 2, EA; LI 021: MicroView Lock II Video Scrambling Encoder/Decoder Pair, 2, EA; LI 022: RAC Camera Mount Magnetic 1/4 x 20 Socket, 2, EA; LI 023: Omni - directional antenna 1.2 GHz 5dBi LOS Range < 500m, 4, EA; LI 024: Lithium NH Series Battery 14.4 v, 89 Wh with fuel gage, 5, EA; LI 025: RAC1 Power Supply 100-250 VAC 50/60Hz Wall Adapter 7ft cord, 2, EA; LI 026: Adhesives Box Assorted: Velcro Strips, 2x tape strips, putty, 3, EA; LI 027: Adhesives Box Assorted: Velcro strips, 2x tape strips, 2, EA; LI 028: Media Box 2 DVR SD- cards 1 DVR SD- card reader 1 USB Drive (manuals), 1, EA; LI 029: 2 inch Diameter Magntic Mount 1/4 x 20 stud, 2, EA; LI 030: 2 inch screw clamp mount 1/4 x 20 stud, 2, EA; LI 031: 2 inch ball head mount 1/4 x 20 socket 1/4 x 20 stud, 2, EA; LI 032: 4 inch mini tripod mount 1/4 x 20 stud mini ball head mount, 2, EA; LI 033: Drop ceiling mount 1/4 x 20 stud, 2, EA; LI 034: Battery charging cable NH battery series, 1, EA; LI 035: GSM Antenna - Right angel 3 dBi, Quad - band, 1, EA; LI 036: Remote GSM Antenna 3 dBi, Quad - band, 3m cable, 1, EA; LI 037: PVX to CSN Camera adaptor, 1, EA; LI 038: Indoor PVX Cable - M/M - 10 ft, 2, EA; LI 039: Indoor PVX Cable - M/M - 25 ft, 2, EA; LI 040: Indoor PVX Cable - M/M - 50 ft, 2, EA; LI 041: Indoor PVX extension cable - M/F - 50 ft, 4, EA; LI 042: Indoor PVX NH Series Battery Cable 7 ft length, 2, EA; LI 043: Indoor I-Conex Network Cable P4Me - FB4 to local LAN or customer network bridge, 230 mm, 1, EA; LI 044: Indoor I-Conex 4G Power/Data cable P4Me - FB4 to 4G Modem, 0.5 m, 1, EA; LI 045: Indoor I-Conex 4G Power/Data Cable P4Me - FB4 to 4G Modem, 0.1 m, 1, EA; 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Benning intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. MICC Fort Benning 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer � Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. New equipment ONLY, NO remanufactured or used products. No ""GREY"" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, considering price alone. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://nam03.safelinks.protection.outlook.com/?url=http%3A%2F%2Fwww.amc.army.mil%2Famc%2Fcommandcounsel.html&data=02%7C01%7CJosh.Beardsley%40unisonglobal.com%7C2798dadfe71f4cf276d608d82f6d881d%7C876dcbb6031f4d679f1a1bcbb73b2c30%7C1%7C0%7C637311494778959440&sdata=VeNAjNmsXtBnHrEKgEIvqt2wS2xvU30Czpqg1LRHpgY%3D&reserved=0. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44893b1a904b41d2b22ff2ae61f4fe54/view)
 
Place of Performance
Address: Fort Benning, GA 31905-1319, USA
Zip Code: 31905-1319
Country: USA
 
Record
SN05743207-F 20200805/200803230146 (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.