Federal Bid

Last Updated on 10 Jul 2012 at 8 AM
Combined Synopsis/Solicitation
Langley South carolina

V5 Vindicator Intruder Detection System

Solicitation ID F2QF312151AG01
Posted Date 19 Jun 2012 at 6 PM
Archive Date 10 Jul 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4800 633 Cons Pkp
Agency Department Of Defense
Location Langley South carolina United states
REQUEST FOR QUOTATIONS


Issued By: 633d Contracting Squadron/LGCA 13 June 2012
74 Nealy Avenue
Langley AFB, VA 23665

RFQ NUMBER: F2QF312151AG01

TITLE: Install Vindicator V5 Intruder Detection System

This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ F2QF312151AG01 in response to this solicitation. This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a)(13).

This acquisition is set-aside for SB under NAICS code 561621 with a $12.5 Million size standard.

Please submit a quote for the items listed below:
We require the Vindicator V5 Intruder detection system to be installed in one room. The alarm system must include:
Install a UL certified Vindicator panel and key pad. Panel is required to be tamper resistant and communicate over NIPR net.
The room is required to have two lines of sensors. Motion and a balance magnetic switch, both tamper resistant providing complete area coverage.
Contractor must coordinate with communication squadron 3weeks ahead of finishing installation to schedule the configuration of switch port.
Once the system has been deemed operational by alarm system installer, complete burn in test and have results verified prior to final certification. If you have a question about what must be accomplished to receive certification please contact Mr. Fowler at the 633 Security Forces squadron at 757-764-5479.
The Contractor, at all times, shall maintain a clean and organized worksite, shall furnish all tools required, and is fully responsible for their protection and security.

The approved hardware for this requirement must be from the attached approved list.

The room itself is 16 feet 4 inches by 10 feet 5 inches (206 square feet total).
The walls are constructed of concrete masonry units. The south and west walls are constructed of 4" metal studs with ½ gypsum board on both sides. All walls extend from the true floor to the bottom of the ceiling. Floor is constructed of 6" thick reinforced concrete slab on grade. Roof is constructed of reinforced beam and bond and concrete slab. The walls, floor, and roof meets the requirements of DOD 5200.1-R, appendix G.
The ceiling is constructed of reinforced concrete slab which meets the requirements of DOD 5200.1-R, appendix G. The secondary ceiling is a 2x2 acoustical tile and aluminum grid system.
The doors swing into the room which conceals the hinges from being tampered with on the outside. The door is solid wood core construction, with an automatic door closure, no magnetic closure sensors. The door lock is a best 7 pin cylinder and lever door.
There are no windows.

The required delivery date is 45 days after date of contract. FOB point is Destination.

All quotes must be emailed to POC SSgt Justin Scherer at 633 CONS/LGCA by 25 June 2012, 12:00 pm, Eastern Standard Time (EST).

All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award.

Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price.

BASIS FOR AWARD:

IAW FAR 13.106-1(a)(2) award will be made to the offeror who represents the best value to the Government. The following evaluation factor(s) will be used to determine best value:

Price and technical capability of the item offered to meet the Government requirement.


PROVISIONS/CLAUSES:

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil.

The following FAR provisions and clauses are applicable to this solicitation:

FAR 52.212-1, Instructions to Offerors - Commercial Items.
FAR 52.212-2 -- Evaluation -- Commercial Items
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.228-5, Work on Government Installation


The following DFARS provisions and clauses are applicable to this solicitation:

DFARS 252.211-7003, Item Identification and Valuation
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports
DFARS 252.247-7023, Transportation of Supplies by Sea
DFARS 252.232.7102, Levies on Contract Payments

The following AFFARS provisions and clauses are applicable to this solicitation:

5352.201-9101 Ombudsman
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations


POINTS OF CONTACT

SSgt Justin Scherer, Contract Specialist, Phone 757-764-5802, Fax 757-764-7447, [email protected]

Elaine Ashe, Contracting Officer, Phone 757- 764-8619, Fax 757-764-7447, [email protected]

Email any questions to SSgt Justin Scherer at [email protected]

 

Bid Protests Not Available

Similar Past Bids

Austin Texas 26 Mar 2020 at 3 PM
Cannon air force base New mexico 24 Jul 2014 at 9 PM
Hurlburt field Florida 19 Aug 2016 at 7 PM
Robins air force base Georgia 20 Aug 2013 at 8 PM
Shaw air force base South carolina 17 Jul 2020 at 12 PM

Similar Opportunities

Shaw air force base South carolina 30 Jul 2025 at 6 PM
Milwaukee Wisconsin 21 Jul 2025 at 4 AM (estimated)
Colorado 12 Jul 2025 at 4 AM (estimated)
Colorado 12 Jul 2025 at 4 AM (estimated)