Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2025 SAM #8686
SOLICITATION NOTICE

63 -- FY25 Surveillance Camera System Upgrade

Notice Date
9/5/2025 1:08:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441825Q0068
 
Response Due
9/15/2025 9:00:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Madison Nerenberg, Phone: 8439635158, Taylor K. McDaniel, Phone: 8439634491
 
E-Mail Address
madison.nerenberg@us.af.mil, taylor.mcdaniel.1@us.af.mil
(madison.nerenberg@us.af.mil, taylor.mcdaniel.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION 437 MXS SURVEILLANCE CAMERA SYSTEM UPGRADE JOINT BASE CHARLESTON (JB CHS), SC FA441825Q0068 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Subpart 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. (ii) FA441825Q0068 is issued as a request for quotation (RFQ). (iii) This RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated 11 June 2025. (iv) This acquisition is restricted for small business concerns. The associated NAICS code is 238210 with a $19 Millon size standard. This is a Brand Name OR EQUAL requirement. (v) The purpose of this combined synopsis and solicitation is for the purchase and installation of a surveillance camera system upgrade in accordance with the Statement of Work & Floorplan document (Attch 02). (vi) The Government seeks delivery and installation no later than 150 days after award and shall be inclusive of all ordering and delivery of materials, equipment, parts, and final acceptance. The delivery FoB is Joint Base Charleston, South Carolina. (vii) FAR 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition with the following Addenda; At a minimum, the offeror shall: a. This RFQ has four (4) attachments Attch 01 � RFQ Pricing Sheet Attch 02 � Statement of Work & Floorplan Attch 03 � Provisions and Clauses Attch 04 � Wage Determination, Rev 31 dated Jul 2025 b. Offerors shall utilize Attch 01 - RFQ Pricing Sheet to submit offered pricing and fill out Company name; address; SAM UEI; Cage Code; name, telephone number, email address for your company�s point of contact in response to this RFQ. c. Offerors must submit specification sheets for each camera and the new Network Video Recorder. Camera specification sheets must be detailed sufficiently for the Government to determine a camera equal to the Avigilon (P/N 32C-H5A-4MH) and Avigilon (P/N 9C-H5A-3MH) camera. Recorder specification sheets must be in sufficient detail for the Government to determine capability to perform 24/7 recording for storage up to 14 days. d. Offerors must submit a design layout displaying the intended location of all cables, cameras, and workstation/control center. e. Offeror�s must submit a documentation attesting the compatibility of the offered cameras and recorder with the current surveillance system. f. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management. g. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. h. A Firm Fixed Priced Purchase Order is anticipated. i. Acknowledgement of any amendments to this RFQ. j. A statement that you agree to all terms of this RFQ. k. Offerors must submit responses to this RFQ electronically by email to madison.nerenberg@us.af.mil and taylor.mcdaniel.1@us.af.mil. (viii) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda; a. 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, price and other factors considered. b. The following factors shall be used to evaluate offers in the following relative order of importance: Price Technical capability Past Performance c. Price � The Government will first rank each offer from lowest to highest priced offer. The Government may determine whether an offer is unacceptable if the prices are significantly unbalanced. d. Technical � Following the price evaluation, the Government will then evaluate offers by technical capability as pass/fail. To receive a pass rating, the Government will evaluate the Offeror�s camera and recorder specification sheets to determine whether the cameras are either the recommended Avigilon or equal and the recorder is capable 24/7 recording with storage up to 14 days. The Government will evaluate the Offeror�s design layout to determine it meets the requirement set forth in the Statement of Work. e. Past Performance - Of the offers, having passed the technical evaluation, the Government will begin evaluating past performance starting with the lowest priced offeror. Evaluation of the offerors past performance is subjective and will result in a rating of Substantial, Satisfactory, Neutral, Limited, or No Confidence. Offerors who do not have recent and relevant past performance relating to this requirement will receive a rating of Neutral Confidence. Substantial Confidence: Based on the offeror�s recent/relevant performance record, the Government has a high expectation the offeror will successfully perform the requirement. Satisfactory Confidence: Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation the offeror will successfully perform the requirement. Neutral Confidence: No recent/relevant performance record is available or the offeror�s performance record is so sparse, no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence: Based on the offeror�s recent/relevant performance record, the Government has a low expectation the offeror will successfully perform the requirement. No Confidence: Based on the offeror�s recent/relevant performance record, the Government has no expectation the offeror will successfully perform the requirement. The Government will evaluate past performance for recency and relevancy. Recency is defined as performance of similar services within the past three (3) years from the issue date of the solicitation. Relevancy is defined as services of the same magnitude such as projects for surveillance camera system installation/integration requirements for systems consisting of multiple cameras requiring 24/7 recording and storage of at least 14 days. f. If the lowest priced offer, having passed the technical evaluation receives a Substantial Performance Confidence Rating, that offer represents the best value for the Government and the evaluation process stops at this point; an award shall be made to that offeror without further consideration of any other offers. In the event the lowest priced offeror, having passed the technical evaluation does not receive a Substantial Performance Confidence Rating, the evaluation process will continue with the next lowest priced offeror until an offeror receives a Substantial Performance Confidence Rating or all offers are evaluated. In the event an offeror other than the lowest priced offeror having passed the technical evaluation received a Substantial Performance Confidence Rating, the Contracting Officer will perform an integrated best value evaluation to determine the eventual awardee. The Government reserves the right to award to a Substantial Performance Confidence Rated offeror, and reserves the right to award to other than the lowest priced offeror. g. The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors. (ix) Offers in response to this acquisition are due 15 September 2025, No Later Than 12:00 PM EST. (x) Offerors may contact Madison Nerenberg at 843-963-5158 or Taylor McDaniel at 843-963-4491 for information regarding this solicitation. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cbcfddbc2fb14684b53a0cdcad0173e9/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN07580490-F 20250907/250905230046 (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.