SOLICITATION NOTICE
63 -- RG SECURITY UPGRADE for OGDEN SCIF
- Notice Date
- 9/30/2020 6:39:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP20R0034
- Response Due
- 9/14/2020 11:00:00 AM
- Archive Date
- 09/29/2020
- Point of Contact
- William T. Brown, Phone: 8014324273
- E-Mail Address
-
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION:� W911YP20R0034 AGENCY/OFFICE:� Utah Army National Guard / USPFO-P&C DELIVERY & INSTALLATION LOCATION:� Utah Army National Guard / Ringgold, Counter Drug Ogden SCIF 968 W 400 N Ogden, UT 84404 SUBJECT:� RG Security Upgrade-Ogden SCIF RESPONSE DUE DATE:� 12:00 PM MST 14 September 2020 CONTRACTING POC:� William (Billy) T. Brown III���������� Email:� William.t.brown68.civ@mail.mil�� Phone:� 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS (SB) SET-ASIDE.� ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED***** The Utah Army National Guard is soliciting a requirement for the purchase, delivery, and installation of security upgrades for Counter Drug�s Ogden SCIF under combined synopsis/solicitation W911YP20R0034 and is being issued for Request for Quotations (RFQ).� This requirement is being solicited as a Total Small Business set-aside under NAICS code �561621 � Security Systems Services� which has a Small Business Size Standard of $22 million (www.sba.gov).� FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Wholesaler NAICS codes will not be accepted.� Delivery and installation shall occur with 60 days ARO.� This award should be able to be filled by a single vendor. The required technical characteristics of the security upgrade and optional equipment include: 1- windows 10 capable, 40 TB 90 storage server will need install in server room and connect it to the network 1- 24 port POE power supply unit 2- POE extender camera slides will need to be installed on north end of multi-view cameras 2- POE extender switch sides will need to be installed on server and on the north end of the multi-view cameras 4,000 feet of game changer cables will be used for the exterior of the multi-view cameras 2,000 feet of cat 6 cable will be used for all other cameras 2,200 feet of �� conduit will be used for the exterior multi-view cameras 66- different pieces of �� conduit Straps to be installed on the �� conduit 4- multi 270 degree view exterior dome cameras will be placed on exterior of building and will need to be installed 16- 2.88MM lens modules 4 per multi-view cameras will need to be installed 4- rotating parapet mounts for the multi-view cameras will need to be installed 4- cap adapters for the multi-view cameras will need to be installed 5- 3.6MM lens bullet cameras will need to be installed 2- 2.8MM lens outdoor vandal dome cameras will need to be installed �8- 2.8MM lens indoor vandal dome cameras will need to be installed 1- pole mount to be used for the west end of our secure storage camera 1- 16X professional camera license will need training on the software 3- wave 1X professional camera license will need training on software 1-� power supply 1- audio/video door station to be installed at main entrance to building 11c Bay 2 will also need to be connected to the network 150 feet of Cat 6 cable to be used to connect the Audio/Video door station 1- DMP control panel replace existing DSC control panel connect existing sensors (motion sensors and magnetic sensors) connect to land telephone line and network 1- 16 point zone expander 1- backup battery 2- new intrusion detection System (IDS) key pads for arming and disarming downstairs and upstairs SCIFs replace the one current IDS keypad and add a new one for the upstairs SCIF and install both 1- door emergency enunciator to be installed on emergency exit in secure storage area 250 feet of 18/4 wire will be used to move motion sensors and verify all sensors for proper operation move or swap out current sensors above ceilings due to rodent movement 1- HID RP40 mullion badge reader replace the main building entrance reader will need to be installed 13- HID RP10 Mullion Badge Readers will be installed in various locations outside and inside the SCIF in Building 11C Bay 2 CONTRACT TYPE / EVALUATION CRITERIA:� The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA).� An LPTA quote is one that meets all the technical aspects outlined in this solicitation while being the lowest price quote, IAW FAR 15.101-2.� For quotes to be technically acceptable they must demonstrate being able to deliver and install equipment 60 Days ARO. SAM REGISTRATION:� All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. QUOTES:� Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1200 PM MST 14 SEPTEMBER 2020.� All submissions should be sent via email to:� william.t.brown68.civ@mail.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS:� The following provisions are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.204-7 - Central Contractor Registration FAR 52.204-26 � Covered Telecommunications Equipment or Services Representation FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. �This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. �Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3e841cf8ba624a04bc4f7c93922ce1e5/view)
- Place of Performance
- Address: Ogden, UT 84404, USA
- Zip Code: 84404
- Country: USA
- Zip Code: 84404
- Record
- SN05815913-F 20201002/200930230146 (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 |