COMMERCE BUSINESS DAILY ISSUE OF MAY 10, 2001 PSA #2848
SOLICITATIONS
58 -- UPGRADE CLOSED-CIRCUIT TELEVISION SYSTEM
- Notice Date
- May 8, 2001
- Contracting Office
- Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
- ZIP Code
- 23665
- Solicitation Number
- F44600-01-T-0011
- Response Due
- May 23, 2001
- Point of Contact
- Dyah Goodman, Contract Administrator, Phone 757-764-2513, Fax 757-764-4071, Email dyah.goodman@langley.af.mil -- James Chapman, Contracting Officer -- Team Leader, Phone 757-764-5520, Fax 757-764-7447, Email
- E-Mail Address
- Dyah Goodman (dyah.goodman@langley.af.mil)
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: FedBizOpps.Gov. (ii) Solicitation F44600-01-T-0011 is issued as a Request for Quote (RFQ). Written documentation will not be issued for this quote. (iii) The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 12 and 13. The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 97-24 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20001213. It is the contractor_s responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition will be 100% small business set-aside. The North American Industrial Classification (NAIC) Code is 561621 with a size standard $11.5M. (v) The 1st Contracting Squadron has a requirement to purchase two upgraded Close-Circuit TV Systems (CCTV) for installation at the Bethel Manor and Langley Child Development Centers, to include all equipment, cabling, connecting, installation and training to provide a complete CCTV system. (vi) The Bethel Manor location shall include the following commercial items, Brand Name or equal (NOTE: Offerors are to include within each CLIN whether or not they are quoting on an _or equal_ and, if so, provide the manufacturer_s name and part number of the item): CLIN 0001 Pelco Camera Model # MC5700-2 with Pelco Auto-Iris Lens Model # 13FD4, or equal, quantity 4 each; CLIN 0002 19_ Panasonic high resolution B/W Monitors Model # BM1910, or equal, quantity 2; CLIN 0003 Panasonic Self-tilting Monochrome Quad Box Model # WG 410, or equal, quantity 2; CLIN 0004 9_ Pelco high resolution B/W Monitors Model # PMM 901, or equal, quantity 4; CLIN 0005 Panasonic Multiplexer Model # WJ-FS216, or equal, quantity 1; CLIN 0006 Pelco Video Distribution Amplifier Model # DA104DT , or equal, quantity 1;CLIN 0007 Contractor shall provide all labor, material and transportation required to deliver, set-up, install, program and perform all operations necessary to provide a properly installed CCTV System at the Bethel Manor location; CLIN 0008 Training, The contractor shall provide 8 hours of hands-on training on how to properly operate and troubleshoot the CCTV System. Training shall be conducted in four (4) 2-hour sessions. Training shall be conducted at 1994 Eagle Ave. The Langley location shall include the following commercial items, Brand Name or equal (NOTE: Offerors are to include within each CLIN whether or not they are quoting on an _or equal_ and, if so, provide the manufacturer_s name and part number of the item): CLIN 0009 19_ Panasonic high resolution B/W Monitors Model # BM1910, or equal, quantity 7; CLIN 0010 Panasonic Self-tilting Monochrome Quad Box Model # WG 410, or equal, quantity 3; CLIN 0011 Panasonic SVHS 24-hour Time Lapse Recorder Model # AG 6740, or equal, quantity 1; CLIN 0012 Contractor shall provide all labor, material, cable, connectors and transportation required to deliver, set-up, install, program and perform all operations necessary to provide a properly installed CCTV System and SVHS Recorder at the Langley location; CLIN 0013 Training, The contractor shall provide 8 hours of hands-on training on how to properly operate and troubleshoot the CCTV System. Training shall be on-site and conducted in four (4) 2-hour sessions; CLIN 0014 Training, The contractor shall provide 4 hours of hands-on training on how to properly operate and troubleshoot the SVHS Recorder. Training shall be conducted in two (2) 2-hour sessions. Training shall be conducted at 117 Burrell Loop Rd. (vii) Delivery: Date of delivery to include totally installed and completely operational monitoring systems and training shall be by NLT 15 Jul 2001. Contractor shall state in offer their ability to meet the 15 July delivery requirement or express their ability to meet an earlier delivery date. Delivery will be quoted as FOB Destination to 117 Burrell Loop Rd. and 1994 Eagle Ave., Langley AFB, VA, as appropriate. (viii) The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors _ Commercial Items (OCT 2000) is hereby incorporated by reference. Addendum to FAR 52.212-1: A site visit is scheduled for May 16, 2001 @ 10:00 AM, 117 Burrell Loop Road, Langley AFB, VA 23665. Coordination must be done with POC Dyah Goodman, 757-764-5802, in advance of site visit to identify visitors by name. Site for installation will be addressed during the site visit and a question and answer session will be conducted at the end of the site visit. Offers must be itemized and individually priced according to CLIN numbers and include legible descriptive literature for _or equal_ items for evaluation purposes. (ix) Solicitation provision at FAR 52.212-2, Evaluation _ Commercial Items (JAN 1999), is hereby incorporated by reference. Evaluation _ Commercial Items (JAN 1999) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the government requirement, (ii) delivery and (iii) price. The Government reserves the right to evaluate technical compliance/delivery capability and make a best value decision. This could result in award to other than the lowest price offer. The areas of technical capability and delivery are of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the _or equal_ literature for compliance with meeting or exceeding requirement specifications. If the offeror fails to provide the descriptive literature, or statement that he/she can meet the delivery date, it may be grounds for disqualifying his/her offer. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offerer Representations and Certifications -- Commercial Items (APR 2001) and 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995), with his/her offer. A copy of the Certifications and Representations can be found at the following web site: http://www.arnet.gov. (xi) Clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) applies to this acquisition. The following clauses are applicable to this acquisition: 52.222-3, Convict Labor; 52.233-3; Protest After Award; 52.232-33; Payment by Electronic Funds Transfer_Central Contractor Registration; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviation In Clauses; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (Deviation); 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 52.253-1, Computer Generated Forms; 52.211-17, Delivery of Excess Quantities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports are hereby incorporated by reference. For full text of these clauses refer to http://arnet.gov/far (xiii) N/A (xiv) N/A (xv) N/A (xvi) This announcement will close and quotes are due by 23 May 2001. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCB, Attn: Dyah Goodman, 74 Nealy Ave, Suite 100, Langley AFB, VA 23665. Responsible sources may submit a bid, proposal or quote which shall be considered. Offers may be submitted via mail or facsimile. (xvii) POC: Dyah Goodman at (757) 764-5802, fax (757)764-7447, or e-mail dyah.goodman@langley
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F44600-01-T-0011&L=203)
- Record
- Loren Data Corp. 20010510/58SOL006.HTM (D-128 SN50L4V5)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on May 8, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|