RG SECURITY UPGRADE for OGDEN SCIF
SOLICITATION: W911YP20R0034 AGENCY/OFFICE: Utah Army National Guard / USPFO-P&C DELIVERY & INSTALLATION LOCATION: Utah Army National Guard / Ringgold, Counter Drug Ogden SCIF 968 W 400 N Ogden, UT 844... SOLICITATION: W911YP20R0034 AGENCY/OFFICE: Utah Army National Guard / USPFO-P&C DELIVERY & INSTALLATION LOCATION: Utah Army National Guard / Ringgold, Counter Drug Ogden SCIF 968 W 400 N Ogden, UT 84404 SUBJECT: RG Security Upgrade-Ogden SCIF RESPONSE DUE DATE: 12:00 PM MST 14 September 2020 CONTRACTING POC: William (Billy) T. Brown III Email: William.t.brown68.civ@mail.mil Phone: 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS (SB) SET-ASIDE. ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED***** The Utah Army National Guard is soliciting a requirement for the purchase, delivery, and installation of security upgrades for Counter Drug’s Ogden SCIF under combined synopsis/solicitation W911YP20R0034 and is being issued for Request for Quotations (RFQ). This requirement is being solicited as a Total Small Business set-aside under NAICS code “561621 – Security Systems Services” which has a Small Business Size Standard of $22 million (www.sba.gov). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. Delivery and installation shall occur with 60 days ARO. This award should be able to be filled by a single vendor. The required technical characteristics of the security upgrade and optional equipment include: 1- windows 10 capable, 40 TB 90 storage server will need install in server room and connect it to the network 1- 24 port POE power supply unit 2- POE extender camera slides will need to be installed on north end of multi-view cameras 2- POE extender switch sides will need to be installed on server and on the north end of the multi-view cameras 4,000 feet of game changer cables will be used for the exterior of the multi-view cameras 2,000 feet of cat 6 cable will be used for all other cameras 2,200 feet of ¾” conduit will be used for the exterior multi-view cameras 66- different pieces of ¾” conduit Straps to be installed on the ¾” conduit 4- multi 270 degree view exterior dome cameras will be placed on exterior of building and will need to be installed 16- 2.88MM lens modules 4 per multi-view cameras will need to be installed 4- rotating parapet mounts for the multi-view cameras will need to be installed 4- cap adapters for the multi-view cameras will need to be installed 5- 3.6MM lens bullet cameras will need to be installed 2- 2.8MM lens outdoor vandal dome cameras will need to be installed 8- 2.8MM lens indoor vandal dome cameras will need to be installed 1- pole mount to be used for the west end of our secure storage camera 1- 16X professional camera license will need training on the software 3- wave 1X professional camera license will need training on software 1- power supply 1- audio/video door station to be installed at main entrance to building 11c Bay 2 will also need to be connected to the network 150 feet of Cat 6 cable to be used to connect the Audio/Video door station 1- DMP control panel replace existing DSC control panel connect existing sensors (motion sensors and magnetic sensors) connect to land telephone line and network 1- 16 point zone expander 1- backup battery 2- new intrusion detection System (IDS) key pads for arming and disarming downstairs and upstairs SCIFs replace the one current IDS keypad and add a new one for the upstairs SCIF and install both 1- door emergency enunciator to be installed on emergency exit in secure storage area 250 feet of 18/4 wire will be used to move motion sensors and verify all sensors for proper operation move or swap out current sensors above ceilings due to rodent movement 1- HID RP40 mullion badge reader replace the main building entrance reader will need to be installed 13- HID RP10 Mullion Badge Readers will be installed in various locations outside and inside the SCIF in Building 11C Bay 2 CONTRACT TYPE / EVALUATION CRITERIA: The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA). An LPTA quote is one that meets all the technical aspects outlined in this solicitation while being the lowest price quote, IAW FAR 15.101-2. For quotes to be technically acceptable they must demonstrate being able to deliver and install equipment 60 Days ARO. SAM REGISTRATION: All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. QUOTES: Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1200 PM MST 14 SEPTEMBER 2020. All submissions should be sent via email to: william.t.brown68.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS: The following provisions are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.204-7 - Central Contractor Registration FAR 52.204-26 – Covered Telecommunications Equipment or Services Representation FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.
Data sourced from SAM.gov.
View Official Posting »