Camera Install
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159970265847801 |
Posted Date: | Feb 1, 2024 |
Due Date: | Feb 13, 2024 |
Source: | https://sam.gov/opp/9f46948be7... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 01, 2024 10:56 am EST
- Original Date Offers Due: Feb 13, 2024 05:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 28, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
-
NAICS Code:
- 238210 - Electrical Contractors and Other Wiring Installation Contractors
-
Place of Performance:
Virginia Beach , VA 23461USA
COMBINED SYNOPSIS/SOLICITATION #: N0017824Q6685
Submitted by: Garry Brust
NAICS Code: 238210
FSC/PSC Code: N063
Anticipated Date to be published in SAM.gov: 2/1/2024
Anticipated Closing Date: 2/13/2024
Contracts POC Name: Garry Brust
Telephone#: 540-742-8841
Email Address: garry.d.brust.civ@us.navy.mil
Code and Description: N - Installation Of Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
Synopsis/Solicitation N0017824Q6685 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
This requirement is not eligible for small business set-aside.
Material must be TAA compliant.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Convergent Federal for the following manufactured products and services: Alarm controls, 1 ea. CCTV HD (outdoor, 180 degrees) video camera. 1 ea. CCTV HD (Indoor, standard angle) video camera, Power Supply , cables, 1 ea. video recorder. Video Monitoring System (VMS) and security camera hardware, with installation, manufactured by Hanwha Vision America, Alarm Controls Corporation, Lenel, TRENDnet, Inc., and Altronix Corp. with installation provided by Signet Technologies, Inc. doing business as Convergint Federal. Convergent Federal is located in McLean, VA.
The material and service to be performed has been measured based upon existing devices and made-to-order to be compatible in all aspects (form, fit and function) with existing infrastructure. The requested sole soource materials will support existing configurations of the Lenel Onguard 7.4 Alarm Monitoring system. Based upon the residential knowledge of the vendor, specific brand name parts/components have been matched and determined to be suitable for eventual upgrades or other future modifications to the Lenel Onguard 7.4 operating system. The required material and services are exclusive to Convergent Federal.
Please include shipping/freight cost to Dam Neck, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Quote is due 2/13/2024 no later than 5:00 p.m. EST with an anticipated award date by 2/28/2024. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to garry.d.brust.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017824Q6685 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
- COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
- DAHLGREN , VA 22448-5154
- USA
- Garry Brust
- garry.d.brust.civ@us.navy.mil
- Phone Number 5407428841
- Feb 01, 2024 10:56 am ESTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.