CCTV Cameras Install

expired opportunity(Expired)
From: Federal Government(Federal)
70Z04020QPOE17300

Basic Details

started - 25 Feb, 2020 (about 4 years ago)

Start Date

25 Feb, 2020 (about 4 years ago)
due - 17 Mar, 2020 (about 4 years ago)

Due Date

17 Mar, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
70Z04020QPOE17300

Identifier

70Z04020QPOE17300
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34351)US COAST GUARD (24456)SFLC PROCUREMENT BRANCH 3(00040) (3555)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

   This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.Solicitation number 70Z04020QPOE17300 applies and is used as a Request For Quote (RFQ).   This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016.It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. The United States Coast Guard Surface Forces Logistics Center has a
requirement for the following items: ITEM 1:SCOPE OF WORK 1.   GENERAL REQUIREMENTS: The work consists of the installation of a 24 camera expansion system at the Inventory Control Point (ICP) located at USGC YARD, 2401 Hawkins Point RD, Curtis Bay, MD. Contractor will provide all equipment required to repair, replace, install, and remove damaged or excess material accumulated due to the install of the camera system.2.   COMMENCEMENT AND COMPLETION OF WORK: The period of performance will commence 4/06/2020 and the installation shall be completed during a 25-day period, during normal work hours, within same 30-day period. Worksite point of contact is Lars Braun @ 1-410-762-6145 or CWO Omar Matthews @ 1-410-762-6876.3.  SCOPE OF WORK:Mandatory vendor site visit 3/4/2020 at 9:30 AM EST: Vendors must email Omar.R.Matthews@USCG.MIL with attendee names by 5:00 AM EST 3/3/2020 to reserve a spot. Requirements. The government requires the installation of twenty four (24) security cameras in BLDG 88 & 88A of the USCG Base in Baltimore, MD. This will be a major expansion to an existing Genetec security system. Contractor must be able to provide documentation of previous Genetic security system installation work on Federal or Military facilities. Contractor will provide a system compatible with the current base wide Genetec Video Surveillance security system with access / linking to military police station monitoring hub. Further technical requirements listed below:This is an expansion of the existing Genetec Security Center Omnicast and Synergis Video Management System (VMS) to function as a single operation platform. The current Genetec Security Center Server is at full capacity and not to be expanded, this projects calls for an addition Server to be added to the current network server on the same completely independent Multimode Fiber Based Network.The new Genetec Omnicast Server is to be configured to work in conjunction with the existing server and all Four (4) existing Genetec Work Stations while meeting the requirement to expand the performance of all existing workstations and where noted to add a new high performance Genetec Licensed workstation to the expanded system scope.The new expansion Genetec server is to be configured for a minimum capacity of Fifty Cameras/licenses for operation via the specification called for under this 24 camera system expansion to all for future expansion as needed.The expanded VMS network is to function as a single integrated solution with the ability to have all existing and or new added VMS Workstation having fill access to all existing and all new video coverage cameras found in this scope of work.All new VMS camera equipment to be installed on a direct expansion of the existing Fiber Network to be provided by this contractor under this scope of this workAll new network equipment to be consistent with existing independent fiber based network switch gear, power supplies, and equipment cabinets.All new video cameras to be of the same Hanwha-Techwin Manufacture line that is installed on base and have performance levels with IP-67 environmental specifications to maintain consistency with the existing system integrity and performance.All new VMS camera equipment and Fiber Network require all new Multi Mode Fiber to be installed to video Collection Points  throughout the associated facilities to accommodate the expansion of the VMS Network system and coverage as specified.New video equipment to see the specification of full 5MP resolution at 8fps with required storage of a minimum or 30 days as the initial system specifications called for.All provided new equipment to maintain a 3 year warranty period as the existing network and VMS system is still under the warranty duration. No disturbance to the existing VMS operation or degradation of any of the existing network, fiber backbone, fiber connections, fiber distribution points, fiber splicing, fiber jumpers, cameras, workstations, server, network switch, network connection, software, monitors, existing UPS systems, Genetec Licensing, Genetec camera and Omnicast system settings or any other porting of the closed/independent network associated with the existing Genetec VMS platform.All required new fiber and ethernet network cable and associated network equipment must be provided and installed in a manor to maintain all industry standard and manufactures specifications. all runs to be tested, mapped and documented including all fiber terminations. No exiting fiber or ethernet is available to to be used for the creation of this fiber based video network for these facilities beyond the actual connection to these facilities back to the building 31 server room.All new equipment, fiber, ethernet cable, connection, cameras and layout are to be documented via an acceptable Excel spreadsheet and CAD layout showing all connections and equipment in an as-built manor.All camera equipment is to be incorporated into the Genetec Security Center Omincast software and Geographic Mapping Display to reflect actual geographic location, video motion activity, active recording mode and have a direct full screen call-up per camera selection in the same manor as all of the existing cameras of the current system operate on all of the existing and or new Genetec Video Management Work Stations associate with this system expansion requirement.For the installation process and all support needs over the 3 year warranty period the contractor must provide their own lifts and associated tools and qualified/certified technical personnel to facilitate the full support of the installation of and on going support of all associated and installed new fiber infrastructure, fiber splicing and network terminations, all networking equipment - connections and programming, video camera equipment, server, software licensing and all associated with this VMS expansion scope of work.Material and Safety. The Contractor shall furnish all materials, equipment, and labor necessary to fulfill the requirements of this contract. The Contractor shall also provide documentation showing compliance with OSHA safety requirements. The Contractor shall submit to the Contracting Offer within five (5) business days prior to the commencement of work, a written accident prevention plan (health and safety plan) per 29 CFR 1926 Subpart C.  The safety plan shall be generic and shall contain a minimum of the following major elements: Management commitment and assignment of responsibilitiesSafety communicationsHazard assessment and controlAccident/exposure investigationSafety planning, rules & work proceduresSafety and health training and instructionRecord keeping and documentation The Contractor is to setup materials and equipment necessary for the camera installation in the parking lot adjacent to the ICP. Materials and equipment shall only be moved through bay doors at the southwest access of the parking lot referenced above. The Contractor shall dispose of, as scrap, all items or materials removed during the completion of the project that are not designated to be reinstalled, retained and/or shipped by the Contractor. All item/material disposals are in accordance with applicable Federal, state, and local regulations.   C.    Contract Performance.  If at any point during the work performance period the Contractor expects to have performance issues, the Contractor shall provide immediate notice to the Contracting Officer. Site visits, Access to the Yard and ICP shall be coordinated through Lars Braun @ 1-410-762-6145 or CWO Omar Matthews @ 1-410-762-6876.4.  ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract.5.  WORKMANSHIP:  All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades.  The work shall be supervised by experienced personnel and shall be satisfactory to the U.S. Coast Guard Contracting Officer.6. UPON COMPLETION OF WORK:  Contact Lars Braun @ 1-410-762-6145 or CWO Omar Matthews @ 1-410-762-6876.  ADDRESS: USCG YARD 2401 HAWKINS POINT ROAD BALTIMORE, MD 21226 GOVERNMENT ACCEPTANCE:  Acceptance will be made at destination by a Government representative.  Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2015). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number.FAR 52.212-2 Evaluation-Commercial Items (OCT 2014). – This is a commercial services acquisition.  The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered:  The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, delivery date, experience and other factors considered.  FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision.FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition.  The following addendum applies:  Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA  23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL . 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (MAR 2016) FAR 52.213-4 Terms and Conditions – Simplified Acquisitions (Other Than Commercial Item). The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).X___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note).___ (5) [Reserved]_  _ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).X___ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).___ (10) [Reserved]___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).___ (ii) Alternate I (Nov 2011) of 52.219-3.X___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).___ (ii) Alternate I (Jan 2011) of 52.219-4.___ (13) [Reserved]__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).___ (ii) Alternate I (Nov 2011).___ (iii) Alternate II (Nov 2011).___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7.___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)).___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)).___ (ii) Alternate I (Oct 2001) of 52.219-9.___ (iii) Alternate II (Oct 2001) of 52.219-9.___ (iv) Alternate III (Oct 2015) of 52.219-9.__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).___ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).X__ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126).X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).X___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).X___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627)._____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)_____ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)_____        (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)_____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). _____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (E.O. 13693)._____ (38) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514)._____         (ii) Alternate I (Oct 2015) of 52.223-13._____ (39) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514)._____         (ii) Alternate I (Jun 2014) of 52.223-14._____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)._____ (41) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514)._____        (ii) Alternate I (Jun 2014) of 52.223-16._X____ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)._____ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693)._____ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693)._____ (45) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a)._____         (ii) Alternate I (Jan 2017) of 52.224-3.__X___ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83)._____ (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43._____         (ii) Alternate I (May 2014) of 52.225-3._____         (iii) Alternate II (May 2014) of 52.225-3._____         (iv) Alternate III (May 2014) of 52.225-3._____ (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).__X___ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)._____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note)._____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150)._____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150)._____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f))._____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).___X__ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).__X___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332)._____ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332)._____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a)._____ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13))._____ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631)._____        (ii) Alternate I (Apr 2003) of 52.247-64._____        (iii) Alternate II (Feb 2006) of 52.247-64.      (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:     [Contracting Officer check as appropriate.]_____ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).__X__ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).__X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).__X___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)._____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)._____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67)._____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).__X___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).__X___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706)._____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:__________________________________________________________X_52.204-7 -- System for Award Management (Jul 2013)(a) Definitions. As used in this provision—“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.“Registered in the System for Award Management (SAM) database” means that—(1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and(2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database;(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.(4) The Government has marked the record “Active”.(b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database.(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.(1) An offeror may obtain a DUNS number—(i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.(2) The offeror should be prepared to provide the following information:(i) Company legal business name.(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.(iii) Company physical street address, city, state and Zip Code.(iv) Company mailing address, city, state and Zip Code (if separate from physical).(v) Company telephone number.(vi) Date the company was started.(vii) Number of employees at your location.(viii) Chief executive officer/key manager.(ix) Line of business (industry).(x) Company Headquarters name and address (reporting relationship within your entity).(d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.(f) Offerors may obtain information on registration at https://www.acquisition.gov.(End of Provision)Alternate I (Jul 2013). As prescribed in 4.1105(a)(2), substitute the following paragraph (b)(1) for paragraph (b)(1) of the basic provision:(b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If registration prior to award is not possible, the awardee shall be registered in the System for Award Management within 30 days after award or before three days prior to submission of the first invoice, whichever occurs first.X__52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). (OCT 2015)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference:(1) The clauses listed below implement provisions of law or Executive order:(i) 52.222-3, Convict Labor (June 2003) (E.O. 11755).(ii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).(iii) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).(iv) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).(v) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).(vi) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78 (19 U.S.C. 3805 note)).(2) Listed below are additional clauses that apply:(i) 52.232-1, Payments (Apr 1984).(ii) 52.232-8, Discounts for Prompt Payment (Feb 2002).(iii) 52.232-11, Extras (Apr 1984).(iv) 52.232-25, Prompt Payment (Jul 2013).(v) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013).(vi) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)(vii) 52.233-1, Disputes (May 2014).(viii) 52.244-6, Subcontracts for Commercial Items (Oct 2015).(ix) 52.253-1, Computer Generated Forms (Jan 1991).(b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply:(1) The clauses listed below implement provisions of law or Executive order:(i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Applies to contracts valued at $30,000 or more).(ii) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold).(iii) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (May 2014) (41 U.S.C. chapter 65) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands).(iv) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more).(v) 52.222-36, Equal Employment for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, “United States” includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.)(vi) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more).(vii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) (Applies to service contracts over $2,500 that are subject to the Service Contract Labor Standards statute and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer Continental Shelf.)(viii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) (Applies to all solicitations and contracts).(B) Alternate I (Mar 2015) (Applies if the Contracting Officer has filled in the following information with regard to applicable directives or notices: Document title(s), source for obtaining document(s), and contract performance location outside the United States to which the document applies).(ix) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia)).(x) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed on Federal facilities).(xi) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP) will be—(A) Delivered;(B) Acquired by the Contractor for use in performing services at a Federally-controlled facility;(C) Furnished by the Contractor for use by the Government; or(D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance).(xii) 52.225-1, Buy American —Supplies (May 2014) (41 U.S.C. chapter 83) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition--(A) Is set aside for small business concerns; or(B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000).(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States).(xiv) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the System for Award Management (SAM) database as its source of EFT information.)(xv) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (Applies when the payment will be made by EFT and the payment office does not use the SAM database as its source of EFT information.)(xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App.1241) (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).)(2) Listed below are additional clauses that may apply:(i) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (Applies to contracts over $35,000).(ii) 52.211-17, Delivery of Excess Quantities (Sep 1989) (Applies to fixed-price supplies).(iii) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin).(iv) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). Quotes with RFQ # listed in email subject line must be sent to Elizabeth Garcia at ELIZABETH.J.GARCIA@USCG.MIL.  

Curtis Bay ,
 MD  21226  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : CHSTNT HL CV

You may also like

CCTV OVERHAUL

Due: 19 Sep, 2024 (in 4 months)Agency: US GEOLOGICAL SURVEY

CCTV Cameras and Networking Equipment

Due: 17 May, 2024 (in 22 days)Agency: City of White Rock

CCTV AND ACCESS CONTROL SYSTEM UPGRADES

Due: 27 Sep, 2024 (in 5 months)Agency: U.S. CUSTOMS AND BORDER PROTECTION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561621Security Systems Services (except Locksmiths)
pscCode 6350Miscellaneous Alarm, Signal, and Security Detection Systems