Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2023 SAM #7785
SOLICITATION NOTICE

D -- Camera and Fiber Installation

Notice Date
3/20/2023 6:13:08 AM
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NATIONAL ACQUISITIONS - CO WASHINGTON DC 20534 USA
 
ZIP Code
20534
 
Solicitation Number
15BNAS23R00000001
 
Response Due
4/3/2023 1:00:00 PM
 
Archive Date
04/10/2023
 
Point of Contact
Sylvia Perine-Fonteno, Phone: 2024517923, Paul Brown, Phone: 2026162719
 
E-Mail Address
sperinefonteno@bop.gov, p4brown@bop.gov
(sperinefonteno@bop.gov, p4brown@bop.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION.� THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT QUOTATIONS.� THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION.� The Federal Bureau of Prisons (BOP), National Acquisitions Section (NAS), anticipates issuance of solicitation 15BNAS23R00000001 for an indefinite delivery, firm-fixed unit single award of Cameras and Fiber Installation.� The potential Offeror shall supply and install digital cameras which include cameras, wiring, conduit, camera licenses. Along with the supply/install of Qognify recording and Video Management System (VMS) systems at specified locations. The Offeror shall also include with the supply and installation of Single Mode Fiber (SMF) at various locations. Site survey methodologies shall be consistent with industry standards and yield adequate details for documentation of general site layout, floor plans of the demarcation site (DMARC) as well as associated equipment rooms, proposed component installation locations with configurations, and relevant site preparation issues.� The performance period for the project shall consist of twenty-four (24) month base period with one (1)-24-month option period and (6) month option period, if exercised. The solicitation will be available on or about March 31, 2023 and will be distributed solely through the System for Award Management at www.SAM.gov website. Hard copies of the solicitation document will NOT be available.� No collect calls will be accepted.� No telephone requests or written requests for solicitation will be accepted.�� All potential vendors doing business with the Federal Government must be registered in the System for Award Management database.� If you have any questions about the database, Government procurement in general, or need assistance in preparing your proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site.� Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. The North American Industry Classification System Code (NAICS) is 541519 (Size Standard: $34.0 Million).�� The solicitation will be a 100% set-aside for 8(a) certified vendors.� The Government contemplates awarding of an indefinite delivery, requirements-type contract with firm-fixed unit prices resulting from the solicitation.�� All duties shall be performed in accordance with standards and methods generally accepted within the industry and in compliance with all Federal and State policies and regulations. IMPORTANT:� Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at www.sam.gov. ��In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Each offeror�s SAM registration will be reviewed by the Government to confirm your business size meets the small business size standard requirement.� All offerors are urged to double check their SAM registration and update as necessary, including the size metrics information. You must be registered in SAM as a small business for the above NAICS code (reference FAR provision 52.219-1 in the Representations & Certifications section of your SAM registration). Performance Locations: Various
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c264280d2194be0b4d5610bd788480c/view)
 
Place of Performance
Address: Washington, DC 20024, USA
Zip Code: 20024
Country: USA
 
Record
SN06623450-F 20230322/230321060654 (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.