Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

58 -- Security Camera With Installation

Notice Date
8/14/2020 12:17:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
 
ZIP Code
51111-1396
 
Solicitation Number
W50S72-20-Q-7301
 
Response Due
8/25/2020 11:00:00 AM
 
Archive Date
09/09/2020
 
Point of Contact
Allison N. Harbit, Phone: 7122330512, Megan McCauley, Phone: 7122330514
 
E-Mail Address
allison.harbit@us.af.mil, megan.mccauley@us.af.mil
(allison.harbit@us.af.mil, megan.mccauley@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amended 14 Aug 2020 to�update FAR 52.204-24 attachment�and update Provisions and�Clauses�including FAR 52.204-24,�52.204-25, and 52.204-26. This solicitation, W50S72-20-Q-7301, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective 03 August 2020. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 334290 and the small business size standard is 750 employees. The government evaluation factor for this acquisition is LOW PRICE that meets the minimum specifications. The government plans to award the lowest priced product that meets the minimum essential needs. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation: Required Line Items: 0001 � Stand-alone high-definition security camera system with one autodome PTZ (pan-tilt-zoom) style Internet Protocol (IP) camera. �Quantity: 1 EACH Minimum 30x zoom capability Minimum 180 degrees pan capability No recording capabilities required Minimum 1080p Day/night capable Weatherproof At least 50/60 HZ, with 24V AC power, or Power Over Ethernet (POE) 0002 � Joystick control panel to control the movement of the camera. Quantity: 1 EACH 0003 � Installation of camera outside of building 254 (approx. 20 ft high � see photo attached) brick exterior, including required mounting brackets and required cable and connectors. Connection of camera to joystick and display monitor (existing: Mitsubishi DLP). Current conduit available for use. Vendor will be required to be escorted to a restricted area for install. Transmission devices such as cell phones and smart watches are prohibited in this area. Quantity: 1 EACH SUBMISSION REQUIREMENTS/RFQ TERMS: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or DUNS Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, certifications must be filled out and returned with your quote. 6. Questions regarding this solicitation shall be emailed to TSgt Megan McCauley AND�2d Lt Harbit, no later than 4:30 PM Central on Tuesday 18 August 2020. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 7. Proposals are due at 1:00 PM Central on Tuesday, 25 August 2020, at: 185ARW/MSC ATTN: 2d Lt Allison Harbit 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, or e-mail to allison.harbit@us.af.mil, AND megan.mccauley@us.af.mil It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fe557003efcb49c9a10173d64d328288/view)
 
Place of Performance
Address: Sioux City, IA 51111, USA
Zip Code: 51111
Country: USA
 
Record
SN05759038-F 20200816/200814230156 (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  © 1994-2020, Loren Data Corp.