Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9, 2001 PSA #2763
SOLICITATIONS

63 -- RADIO FREQUENCY FIRE ALARM COMMUNICATION SYSTEM

Notice Date
January 5, 2001
Contracting Office
USPFO for Iowa, Iowa National Guard, Camp Dodge 7700 NW Beaver Dr, Johnston IA 50131-1902
ZIP Code
50131-1902
Solicitation Number
DAHA13-01-R-0001
Response Due
February 5, 2001
Point of Contact
CW3 Mark L. Thompson, 515-252-4248
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation is issued under Request For Proposal (RFP) number DAHA13-01-R-0001. All proposals shall reference the RFP number and shall be submitted by 4:30 P.M. local time on 5 February 2001. The anticipated award date is 9 February 2001, with a performance period of 120 days. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-20. This solicitation is issued under full and open competition procedures, North American Industry Classification System (NAICS) 334119, size standard 1,000 employees. The Iowa National Guard wishes to procure the necessary labor, material and equipment to furnish and install a radio frequency fire alarm communication system to transmit alarm signals from remote buildings to two separate central reporting locations. The system shall include a central radio alarm receiving/processing unit consisting of computer, monitor, printer, radio frequency modulator and uninterruptible power supply, remote transmitters, antennas, lightning arrestors, enclosures and coax cables for 25 buildings. The system will be located at the Iowa Air National Guard Base located at Sioux City, Iowa. The Iowa National Guard also wishes to procure the necessary labor, material and equipment to furnish and install telephone dialers with surge protectors in four buildings at the 133rd ACS, Iowa Air National Guard Station located at Fort Dodge, Iowa. The telephone dialers shall have two input channels to connect to the fire alarm control panel trouble relay and to the fire alarm control panel alarm relay. Upon activation the dialers would send an alarm message to the alarm shop and the central radio alarm receiving/processing units in Sioux City, Iowa. The aforementioned is a brief description of the radio frequency fire alarm communication system. Those firms interested in bidding shall contact CW3 Thompson by facsimile, 515-252-4617 to obtain the complete description and maps for the system. The request should indicate the mailing address for an overnight delivery of the complete statement of work and maps. Solicitation provision at FAR 52.212-1, Instructions to Offerors Commercial Items, is hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation Commercial Items is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government with price and other factors considered. The following technical factors shall be used to evaluate offers: Technical Ability of the System Proposed; Technical Support; and past performance. The offeror shall submit a written proposal addressing all the technical factors outlined above. The proposal shall provide documentation, which addresses their ability to meet or exceed the requirements of each paragraph in the statement of work or provides an explanation of the variations/deficiencies in their proposal. The offeror shall provide a detailed explanation of the technical support provided by their firm (to include formal training provided/available). Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government entities). The offeror must identify three Federal, State, or local Government contracts for which the offeror has provided a radio frequency fire alarm communication system similar to the products identified in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall submit a lump sum price for the work proposed in their technical proposal. The written proposal will be no more than 35 pages in length. All information exceeding 35 pages will be disregarded. The technical factors will be rated higher than the cost factors. Offerors shall address each evaluation factor stated above. Failure to address any item may cause the offerors proposal to be rejected. Offerors are reminded to include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 96), is hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUB-Zone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 USC 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); 52.225-3, Buy American Act North American Free Trade Agreement Israeli Trade Act Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.239-1, Privacy or Security Safeguards; 52.222-41, Service Contract Act of 1965; Wage Determination No: 94-2205 REV (15) Area: IA, Des Moines; Wage Determination No: 94-2325 REV (16) Area: NE, Omaha; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment. The following clauses are hereby incorporated by reference: 52.247-34, F.O.B. Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-3, Alterations in Solicitation; 52.252-4, Alterations in Contract; 252.204-7004, Required Central Contractor Registration (Nov 1995); 252.212-7000, Offeror Representations and Certifications Commercial Items (Mar 2000). The following clauses within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this solicitation and any resultant contract: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Buy American Act Trade Agreements Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data Commercial Items; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses are hereby incorporated by reference: 252.225-7000, Buy American Act Balance of Payments Program Certificate (Sep 1999); 252.225-7006, Buy American Act Trade Agreement Balance of Payments Program Certificate (Mar 1998). All clauses incorporated by reference can be accessed in full text at http://www.deskbook.osd.mil. Sign and date each offer, one original, must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-1902, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 5 February 2001. For information regarding this solicitation contact CW3 Mark Thompson at (515) 252-4248.
Record
Loren Data Corp. 20010109/63SOL001.HTM (W-005 SN50A2E3)

63 - Alarm, Signal and Security Detection Systems Index  |  Issue Index |
Created on January 5, 2001 by Loren Data Corp. -- info@ld.com