Arkansas Bids > Bid Detail

Little Rock AFB Camp Warlord Fire Alarm System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159272171857479
Posted Date: Aug 24, 2023
Due Date: Aug 28, 2023
Solicitation No: FA446023Q0270
Source: https://sam.gov/opp/bd84a98088...
Follow
Little Rock AFB Camp Warlord Fire Alarm System
Active
Contract Opportunity
Notice ID
FA446023Q0270
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4460 19 CONS PKA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 24, 2023 10:39 am CDT
  • Original Date Offers Due: Aug 28, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Little Rock AFB , AR 72099
    USA
Description

“Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.”



The contractor shall remove/replace and install all parts and hardware for the LRAFB Camp Warlord Training Compound notification devices (pull stations) fire/carbon monoxide detectors for all cabins. Within the cabins, these devices will have strobe/horn combination. The capabilities of the cabins will be to communicate with the main cabin (Bldg #1401) Monaco system that will then transmit to the local fire department in the event of an emergency. The contractor shall meet all requirements per the Performance Work Statement (PWS).

52.212-1 Instructions to Offerors - Commercial Items Addendum. In order to be determined responsive, all quotes must be completed on the Combo, respond directly to the requirements of this solicitation, and sent to the identified POC's. If your quote is determined to be non-responsive, it will not be further considered for award. A complete quote consists of the following:



a) Complete the Combo attached with pricing and quote. Additionally, provide a detailed breakdown of all Monaco fire alarm system information to be installed.

b) Detailed technical approach.

c) All product/specification data and warranty information for proposed product/solution.

d) Timeline for delivery and proposed installation plan to include phasing (if applicable).

e) Information regrading similar contracts held at other Federal installations. Statement of capability.

f) Review ENTIRE solicitation and fill in all required provisions and clauses. If the annual certification has been completed in the System for Award Management (SAM), FAR 52.212-3 does not need to be completed.

g) All vendors must have an active registration in SAM at time of quote submission.

ADDENDUM to FAR 52.212-2 Evaluation--Commercial Products and Commercial Services.

Technical Acceptability – The evaluation team will assess technical acceptability by assigning a rating of “acceptable” or “unacceptable.” Only those proposals considered technically acceptable will receive further consideration for award. Technically Acceptable is defined through the ability of the contractor to meet and deliver on all the requirements in accordance with the PWS.

Price - Offers will be ranked from lowest to highest total price that are technically acceptable. An award will be made based off the Governments determination of lowest price technically acceptable.

Vendors shall perform all work IAW with the PWS.

Vendors shall maintain a Cage Code in SAM.gov with their company name.




Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 501 987 3303 642 THOMAS AVE BLDG 642
  • LITTLE ROCK AFB , AR 72099-4971
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 24, 2023 10:39 am CDTCombined 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.

Start Free Trial Today >