Embassy of the United States of America
Libreville, Gabon
The U.S. Embassy in Libreville has a requirement for Supply & Installation of a
Digital Closed-Circuit Television Surveillance System.
Please note that this is a combined synopsis/solicitation for a commercial item,
prepared in accordance with the format FAR 12.6, as supplemented with additional
information included in this notice.
This announcement constitutes the only solicitation; offers are being requested and a
written solicitation will not be issued.
The solicitation/contract will include all applicable provisions and clauses in effect
through FAC 2005-55.
Offers are due by December 15, 2020 at 10:00 a.m.
All responsible sources may submit an offer that shall be considered. Your proposal
shall be prepared into two distinct sections as indicated in VI. Contract Clause, in addendum
to FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
All contractors have to be registered in the SAM (System for Award Management)
Database https://www.sam.gov prior to contract award pursuant to FAR provision 52.204-
7. Therefore prospective offerors are encouraged to register prior to the submittal of
quotations/proposals.
The guidelines for registration in SAM are also available at:
https://www.statebuy.state.gov/pd/Pages/AdditionalVendorReg.aspx
Furthermore, with the recent FAR update, it is now a mandatory requirement for
the Government to inquire if contractors are using or will be using , in government
contracting, covered telecommunications equipment produced by Huawei, ZTE,
Hikvision, Dahua, and Hytera, or their subsidiaries or affiliates. Consequently, vendors
are required to update their SAM registration with that information. Potential offerors are
advised to take special attention to clauses FAR 52.204-24, FAR 52.204-25 and FAR
52.204-26 while completing their registration in SAM.
2
SCOPE OF WORK
Product/service required: Supply & Installation of a Digital Closed-Circuit Television
Surveillance System
Effective date: March 10, 2021
Offer due date: December 15, 2021
Electronic Submission/Responses:
This opportunity allows for electronic responses. Please submit your offer prior to the
response date and time (In pdf and Microsoft Excel formats)
General:
The contractor shall provide all materials required to complete the project unless otherwise
specified. The contractor shall provide skilled labor (Certified/trained artisans/ laborers, should have
experience in their particular field). The contractor shall provide all required equipment, fixtures, and accessories necessary to
perform their work and complete the project. The contractor shall inform and request, in advance, authorization from the COR to deviate
from the SOW. All equipment installed should be suitable to withstand the prevailing environmental
conditions.
Any cables used underground should be suitable for that purpose and have adequate
protection from mechanical damage. Underground cables should provide a high level of
resistance to dampness, chemical reactions, corrosion and rodents.
Site condition
The contractor shall leave the site free of any debris related to the CCTV project during and after the end of the project. The site cleaning free from debris should also be done on end of each day. Cutting or welding on the ground shall not leave any markings of any
kind. To prevent marking the ground it is recommended that the cutting or welding be done
offsite or have a protective layer for the pavers/ concrete. If interlocks or any part need to be removed it should be fitted back to its original state.
The contractor shall be held liable for any damaged caused to property during this project.
Detailed Description:
The U.S. Embassy in Libreville would like to have installed a Digital Closed-Circuit
Television Surveillance System at Sabliere Compound. The Contractor shall provide a
digital internet protocol (IP) closed circuit television surveillance system. The system shall
include the supply and installation of weatherproof and sea breeze resistant outdoor IP
cameras. The Contractor will install one monitor inside the guard booth and the other inside
the swimming pool hut.
3
Equipment listing and specifications:
IP Cameras
Video Signal IP
Pixels 5MP (minimum)
Resolution 1080P
Lens 4.5 ~ 135mm (30X optical zoom)
Angle of view H: 61.2° - 2.32°
Power supply
Capacity (VA/W) 50W (maximum)
Voltage 220V~ 50/60Hz
Digital Video Recorder
Number of channels 32 (minimum)
Hard Drive Disc SATA
HDMI 2 (minimum)
RS232 DB9 male, 9-pin D-type
Power IN 100~240 VAC, 50-60 Hz, 1.9 A, 75 W
Mo nitors
Size 42’’
HDMI Yes
Power IN 220V~ 50/60Hz
Handover on completion of project:
The contractor shall demonstrate all aspects of the system operation to the customer,
including any necessary safety precautions. The contractor shall ensure that the correct documentation is given to the customer to enable
the system to be operated, adjusted and maintained. The contractor shall train the system user(s) in its correct operation. The contractor shall provide contact details to the RSO office for warranty claims and
systems malfunctions
Site layout:
4
Contractor provisions:
The Contractor shall supply everything necessary for the execution and completion of the
work including all material, ladders and scaffolding. Site preparation and installation
performance shall be in accordance with local and U.S. building codes and standards.
Working hours:
Working hours are to be 0800 Hrs. to 1700 Hrs. from Monday through Friday. No work is
to take place outside these hours without prior approval of COR/POC.
Period of performance:
Work is to be completed within 30 days of contract award. Extensions must be approved
by the COR.
Site preparation and cleaning up:
The Contractor shall at all times keep the work area, including storage areas, free from
accumulations of waste materials. Before completing the work, the Contractor shall remove
from the premises any rubbish, tools, scaffolding, equipment, and materials that are not the
property of the owner. Unsightly materials and debris including excess soil, garbage,
leftover material and equipment should be removed as required.
5
Exceptional care must be taken to assure tidiness of work. Suitable temporary covers,
masking, drop sheets, drapes and/or barriers shall be provided and maintained effectively
where necessary to protect driveway, patio or other finishes to ensure what they are not
exposed to paint and put at risk. These are to be removed when the protection is no longer
required. Carefully remove and reinstate paint splatters from adjacent surfaces. Upon completion of the work all materials, containers, debris and protective coverings shall
be cleaned up and removed from site and the Contractor shall leave the area in a clean, neat,
and orderly condition satisfactory to the COR.
Access:
The Embassy reserves the right to deny access to Contractor who do not meet Embassy
standards due to security or other standards. Access for the personnel must be coordinated
with the COR/POC.
Safety measures:
Maximum safety practices shall be exercised throughout the duration of this work. The contractor shall perform safety inspections and is encouraged to provide safety equipment
to all workers on site as risk dictates in order to prevent serious injury. The US Government accepts no liability for any injuries or death of any Contractor or
subcontractor employee or casual laborer during the performance of work.
Government provided services:
The US government shall provide the following: a) Electricity (Contractor to provide extension cords) b) Water C) Access to toilets
Permits and Responsibilities:
The Contractor shall, without additional expense to the Government, be responsible for
obtaining any necessary licenses and permits, and for complying with any Federal, State,
and municipal laws, codes and regulations applicable to the performance of the work. The
Contractor shall also be responsible for all damages to persons or property that occurs as a
result of the Contractor’s fault or negligence.
Protection of existing vegetation, structures, equipment, utilities and improvements:
The Contractor shall preserve and protect all structures, equipment, and vegetation (such as
trees, shrubs, and grass) on or adjacent to the work site, which do not unreasonably interfere
with the work required under this contract. The Contractor shall repair any damage to those
facilities, including those that are the property of a third party, resulting from failure to
comply with the requirements of this contract or failure to exercise reasonable care in
performing the work.
Supply & Installation of Digital CCTV system: Open Market
Set-aside restrictions? There are no set-aside restrictions
for this procurement
6
Meet or Exceed?
Offers must meet or exceed requested specifications
described here
Award type:
Government Purchase Order
Evaluation criteria:
lowest price, technically acceptable
Offer validity: 30 days
Applicable FAR clauses: The selected offer or must comply with all applicable FAR
clauses. Please see final contracting instrument for a complete list, the full text of which
may be accessed electronically at http://www.acqnet.gov/far.
Contracting Authority: This request for quotation does not constitute a contract with
the U.S Government. Per FAR 1.602, the sole representative of the Government
authorized to enter into an agreement is a warranted Contracting Officer. The selected
Offer or must ensure that a valid obligating document (e.g. Government Purchase
Order) signed by a Contracting Officer is in place before commencement of work. Any
and all modifications after the commencement of work must likewise be authorized by
a Contracting Officer.
Delivery: within 30 days
Deliver F.O.B. destination to:
US Embassy Libreville
Attn: Contracting Officer
(Sablière Compound)
BP. 4000 Sablière
Libreville – Gabon
Shipping: All quotations/proposals must include shipping to DAP Destination as
designated on the contract instrument.
Items shall be delivered no later than (thirty) 30 days after contract award.
Contract Clause
FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
Award will be made to the lowest priced, technically acceptable offeror.
ADDENDUM TO 52.212-1
7
A. Summary of Instructions. Each offer must consist of the following:
A.1. A Price Offer with detailed price breakdown.
The Offeror shall include Defense Base Act (DBA) insurance premium costs covering
employees. The offeror may obtain DBA insurance directly from any Department of
Labor approved providers at the DOL website at
http://www.dol.gov/owcp/dlhwc/lscarrier.htm
A.2. Information demonstrating the offeror’s/quoter’s ability to perform, including:
(1) Name of a Project Manager (or another liaison to the U.S.
Embassy/Consulate) who understands written and spoken English;
(2) Evidence that the offeror/quoter operates an established business with a
permanent address and telephone listing:
1. List of clients over the past 5 years, demonstrating prior experience with relevant past
performance information and references (provide dates of contracts, places of
performance, value of contracts, contact names, telephone and fax numbers and email
addresses). If the offeror has not performed comparable services in Gabon then the
offeror shall provide its international experience. Offerors are advised that the past
performance information requested above may be discussed with the client’s contact
person. In addition, the client’s contact person may be asked to comment on the
offeror’s:
• Quality of services provided under the contract;
• Compliance with contract terms and conditions;
• Effectiveness of management;
• Willingness to cooperate with and assist the customer in
routine matters, and when confronted by unexpected
difficulties; and
• Business integrity / business conduct.
The Government will use past performance information primarily to assess an offeror’s
capability to meet the solicitation performance requirements, including the relevance
and successful performance of the offeror’s work experience. The Government may
also use this data to evaluate the credibility of the offeror’s proposal. In addition, the
Contracting Officer may use past performance information in making a determination
of responsibility.
8
2. Evidence that the offeror/quoter can provide the necessary personnel, equipment, and
financial resources needed to perform the work. The quoter shall provide the below
listed items with any other supporting document:
• a copy of the Certificate of Insurance, or
• a statement that the contractor will get the required insurance, and the
name of the insurance provider to be used;
• company brochure;
• Financial statement.
3. The offeror shall address its plan to obtain all licenses and permits required by local
law (see DOSAR 652.242-73 in Section 2). If offeror already possesses the locally
required licenses and permits, a copy shall be provided.
6. The offeror’s strategic plan for Supply & Installation of a Digital Closed-Circuit
Television Surveillance System
to include but not limited to:
(a) A work plan taking into account all work elements in “Statement of Work” and
“General”.
(b) Identify types and quantities of equipment, supplies and materials required for
performance of services under this contract. Identify if the offeror already possesses
the listed items and their condition for suitability and if not already possessed or
inadequate for use how and when the items will be obtained;
(c) Plan of ensuring quality of services including but not limited to contract
administration and oversight.
FAR clause 52.212-4, Contract Terms and Conditions-Commercial items, applies to
this acquisition.
The following FAR clauses in paragraph (b) of
FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive
Orders - Commercial Items.
will apply to the resultant contract:
(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:
9
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and
Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor
provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov
2015).
(3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-
77 and 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 (June 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 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
_ _ (5) [Reserved].
__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117,
section 743 of Div. C).
__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery
Contracts (Oct 2016) (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].
10
__ (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.
__ (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 Set-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 (Nov 2016) (15 U.S.C.
637(d)(2) and (3)).
__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Nov 2016) of 52.219-9.
__ (iii) Alternate II (Nov 2016) of 52.219-9.
__ (iv) Alternate III (Nov 2016) of 52.219-9.
__ (v) Alternate IV (Nov 2016) 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 (Jan 2017) (15 U.S.C. 637(a)(14)).
__ (20) 52.219-16, Liquidated Damages.Subcon-tracting 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. 657 f).
__ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15
U.S.C. 632(a)(2)).
11
__ (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)).
__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_ X _ (26) 52.222-19, Child Labor. Cooperation with Authorities and Remedies (Oct
2016) (E.O. 13126).
__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).
__ (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 (Jun 2016) (E.O. 13693).
__ (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014)
(E.O.s 13423 and 13514).
12
__ (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. 552a).
__ (ii) Alternate I (JAN 2017) of 52.224-3.
__ (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 (Oct 2016) (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).
13
__ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area
(Nov 2007) (42 U.S.C. 5150).
_ X _ (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 (Jul 2013) (31 U.S.C. 3332).
__ (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)(12)).
__ (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.
(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).
__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
__ (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).
__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price
Adjustment (Multiple Year and Option Contracts) (May 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).
14
__ (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).
__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
__ (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).
__ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C.
5112(p)(1)).
(d) Comptroller General Examination of Record. The Contractor shall comply with the
provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is
in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-
2, Audit and Records, Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s
directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records,
materials, and other evidence for examination, audit, or reproduction, until 3 years after
final payment under this contract or for any shorter period specified in FAR subpart 4.7,
Contractor Records Retention, of the other clauses of this contract. If this contract is
completely or partially terminated, the records relating to the work terminated shall be
made available for 3 years after any resulting final termination settlement. Records relating
to appeals under the disputes clause or to litigation or the settlement of claims arising
under or relating to this contract shall be made available until such appeals, litigation, or
claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of form. This does not require
the Contractor to create or maintain any record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d)
of this clause, the Contractor is not required to flow down any FAR clause, other than
those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise
indicated below, the extent of the flow down shall be as required by the clause.
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C.
3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and
15
Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor
provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2)
and (3)), in all subcontracts that offer further subcontracting opportunities. If the
subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5
million for construction of any public facility), the subcontractor must include 52.219-8 in
lower tier subcontracts that offer subcontracting opportunities.
(iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow
down required in accordance with paragraph (l) of FAR clause 52.222-17.
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
(vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.
793).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR
clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(xii)
__(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and
E.O 13627).
__(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).
(xiii) 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).
(xiv) 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).
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(xviii)(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
16
(xix) 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).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014)
(42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause
52.226-6.
(xxi) 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). Flow down required in accordance
with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial
items a minimal number of additional clauses necessary to satisfy its contractual
obligations.
(End of clause)
52.203-10, Price or Fee Adjustment for Illegal or Improper Activity,
The following DOSAR provisions/clauses will also apply:
652.206-70, Competition Advocacy/Ombudsman;
652.214-71, Authorization to Perform;
652.225-70, Arab League Boycott of Israel;
652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended;
652.242-70, Contracting Officer’s Representative; and,
652.243-70, Notices.
All offerors must include a completed copy of FAR 52.212-3, Offeror Representations
and Certifications - Commercial Items with their offer.
If there are any questions regarding this request for quotation, please contact:
PRIMARY POINT OF CONTACT:
Sean Varner
Contracting Officer
Phone: 00241 01 45 72 28
Fax: 00241 01 45 71 05
17
SECONDARY POINT OF CONTACT:
Wilfrid Ndoutoume
Procurement Agent
Phone: 00214 01 45 72 76
Fax: 00241 01 45 71 05
18
L'ambassade des États-Unis à Libreville a un besoin pour la fourniture et
l'installation d'un système de surveillance de la télévision numérique en circuit fermé.
Veuillez noter qu'il s'agit d'un synopsis / sollicitation combiné pour un article
commercial, préparé conformément au format FAR 12.6, complété par des informations
supplémentaires incluses dans cet avis.
Cette annonce constitue la seule sollicitation; des offres sont demandées et aucune
sollicitation écrite ne sera émise.
La demande de soumissions / le contrat comprendra toutes les dispositions et
clauses applicables en vigueur dans la loi FAC 2005-55.
Les offres sont dues avant le 15 décembre 2020 à 10h00.
Toutes les sources responsables peuvent soumettre une offre qui sera considérée.
Votre proposition sera préparée en deux sections distinctes comme indiqué au VI.
La clause du contrat, dans l'addenda au FAR 52.212-1, Instructions aux offrants - Articles
commerciaux, s'applique à cette acquisition.
Tous les contractants doivent être enregistrés dans la base de données SAM
(System for Award Management) https://www.sam.gov avant l'attribution du contrat
conformément à la disposition FAR 52.204-7. Par conséquent, les soumissionnaires
potentiels sont encouragés à s'inscrire avant la soumission des devis / propositions.
Les directives d'enregistrement dans SAM sont également disponibles sur:
https://www.statebuy.state.gov/pd/Pages/AdditionalVendorReg.aspx
Gouvernment américain a de nouvelles dispositions juridique pour le Federal
Acquisition Regulation (Régulation Fédérale sur les Acquisitions).
Veuillez noter les informations suivantes:
De plus, avec la récente mise à jour de la Régulation Fédérale sur les Acquisition
(FAR), il est désormais obligatoire pour le gouvernement de se renseigner auprès des
fournisseurs dans le but de savoir s’ils utilisent ou utiliseront, et ce, dans le cadre de
marchés publics, des équipments de télécommunications couverts, produits par les sociétés
Huawei, ZTE, Hikvision, Dahua et Hytera, ou leurs filiales ou succursales.
Les fournisseurs sont ainsi tenus de mettre à jour leur enregistrement SAM en
incluant ces informations. Dans cette optique, les soumissionnaires sont encouragés à
prêter une attention particulière aux clauses FAR 52.204-24, FAR 52.204-25 and FAR
52.204-26 lors de leur enregistrement dans notre base de donner SAM.
19
CAHIER DE CHARGE
Produit/service requis: Fourniture et installation d’un système numérique de
télésurveillance en circuit fermé
Date de commencement du service: 10 Mars 2021
Date butoire: 15 décembre 2020 à 10:00
Soumission / réponses électroniques:
Cette demande de quotation permet les réponses électroniques. Veuillez soumettre votre
offere avant la date et l’heure butoires.
Généralités:
L’entrepreneur doit fournir tous les matériaux nécessaires à la réalisation du projet, sauf
indication contraire.
L’entrepreneur doit fournir une main-d’œuvre qualifiée (artisans/travailleurs
certifiés/formés, devraient avoir de l’expérience dans leur domaine particulier)
L’entrepreneur doit fournir tout l’équipement, les appareils et les accessoires
nécessaires à l’exécution de ses travaux et à la réalisation du projet.
L’entrepreneur doit informer le COR et demander à l’avance l’autorisation de s’écarter
de l’EDT.
Tous les équipements installés doivent pouvoir résister aux conditions ambiantes. Tous
les câbles utilisés sous terre devraient être adaptés à cette fin et être suffisamment
protégés contre les dommages mécaniques. Les câbles souterrains devraient offrir une
résistance élevée à l’humidité, aux réactions chimiques, à la corrosion et aux rongeurs.
Conditions du site:
L’entrepreneur doit laisser le site exempt de tout débris lié au projet pendant et après la
fin du projet. Le nettoyage du site exempt de débris doit également être effectué à la fin
de chaque journée. Le découpage ou le soudage au sol ne doit laisser aucune marque.
Pour éviter de marquer le sol, il est recommandé que le découpage ou le soudage soit
effectué hors site ou avoir une couche de protection pour les pavés / béton. Si des
dispositifs de verrouillage ou toute pièce doivent être retirés, ils doivent être remis dans
leur état d’origine.
L’entrepreneur est responsable des dommages causés aux biens pendant le projet.
Description détaillée:
L’ambassade des États-Unis souhaite faire installer un système de télésurveillance
numérique en circuit fermé à la résidence Sablière Compound. L’entrepreneur doit
fournir un système de surveillance en circuit fermé par Internet Protocol (IP). Le
système doit comprendre la fourniture et l’installation de caméras IP extérieures à
20
l’épreuve des intempéries et du vent marin. L’entrepreneur installera un moniteur à
l’intérieur de la guérite et l’autre à l’intérieur de la cabane de la piscine.
Liste des équipements et spécifications :
Cameras IP
Signal Vidéo IP
Points d’image 5MP (minimum)
Résolution 1080P
Lentille 4.5 ~ 135mm (30X zoom optique)
Angle de vue H : 61.2° - 2.32°
Alimentation Electrique
Capacite (VA/W) 50W (maximum)
Voltage 220V~ 50/60Hz
Enregistreur Vidéo Numérique
Nombre de canaux 32 (minimum)
Disque Dur SATA
HDMI 2 (minimum)
RS232 DB9 male, 9-pin D-type
Alimentation 100~240 VAC, 50-60 Hz, 1.9 A, 75 W
Moniteur
Taille 42 pouces
HDMI Oui
Alimentation 220V~ 50/60Hz
Transfert à la fin du projet :
L’entrepreneur doit démontrer au client tous les aspects du fonctionnement du système,
y compris toutes les précautions de sécurité nécessaires.
L’entrepreneur doit s’assurer que la documentation appropriée est remise au client pour
permettre l’utilisation, le réglage et l’entretien du système.
L’entrepreneur doit former les utilisateurs du système à son bon fonctionnement.
L’entrepreneur doit fournir les coordonnées auprès bureau de la Sécurité pour les
réclamations liées à la garantie et les défaillances des systèmes.
Dispositions de l’entrepreneur :
L’entrepreneur doit fournir tout ce qui est nécessaire à l’exécution et à l’achèvement
des travaux, y compris le matériel, les échelles et les échafaudages. La préparation de
21
l’emplacement et le rendement de l’installation doivent être conformes aux normes et
aux codes du bâtiment locaux et américains.
Heures de travail :
Les heures de travail doivent être de 8 h à 17 h du lundi au vendredi. Aucun travail ne
doit avoir lieu en dehors de ces heures sans l’approbation préalable du COR/POC.
Période d’exécution :
Les travaux doivent être achevés dans les 30 jours suivant l’attribution du contrat. Les
prolongations doivent être approuvées par le COR.
Préparation et nettoyage du site :
L’entrepreneur doit en tout temps garder la zone de travail, y compris les aires
d’entreposage, exempte d’accumulation de déchets. Avant d’achever les travaux,
l’entrepreneur doit retirer des lieux les ordures, les outils, les échafaudages,
l’équipement et les matériaux qui ne sont pas la propriété du propriétaire. Les matériaux
et les débris disgracieux, y compris l’excès de terre, les ordures, les restes de matériel
et l’équipement, doivent être enlevés au besoin.
Un soin exceptionnel doit être pris pour assurer l’ordre du travail. Des housses
temporaires, des masques, des draps, des rideaux et/ou des barrières appropriés doivent
être fournis et entretenus efficacement, au besoin, pour protéger l’entrée, le patio ou
d’autres finissions afin de s’assurer qu’ils ne sont pas exposés à la peinture et qu’ils ne
sont pas mis en danger. Ceux-ci doivent être retirés lorsque la protection n’est plus
nécessaire.
Retirez et réinsérez soigneusement les éclaboussures de peinture sur les surfaces
adjacentes.
À la fin des travaux, tous les matériaux, les contenants, les débris et les revêtements de
protection doivent être nettoyés et retirés du site, et l’entrepreneur doit laisser la zone
dans un état propre, propre et ordonné satisfaisant au COR.
Accès :
L’ambassade se réserve le droit de refuser l’accès à l’entrepreneur qui ne respecte pas
les normes de l’ambassade en raison de la sécurité ou d’autres normes. L’accès du
personnel doit être coordonné avec le COR/POC.
Mesures de sécurité :
Des pratiques de sécurité maximales doivent être appliquées pendant toute la durée de
ces travaux. L’entrepreneur doit effectuer des inspections de sécurité et est encouragé à
fournir de l’équipement de sécurité à tous les travailleurs sur le site selon les risques
afin de prévenir les blessures graves.
Le gouvernement des États-Unis n’accepte aucune responsabilité en cas de blessure ou
de décès d’un Entrepreneur ou d’un sous-traitant ou d’un travailleur occasionnel
pendant l’exécution des travaux.
Services fournis par le gouvernement :
Le gouvernement américain doit fournir ce qui suit :
a) Électricité (l’entrepreneur doit fournir des rallonges)
22
b) Eau
c) Accès aux toilettes
Permis et responsabilités :
L’entrepreneur est responsable, sans frais supplémentaires pour le gouvernement,
d’obtenir les licences et permis nécessaires et de se conformer aux lois, codes et
règlements fédéraux, étatiques et municipaux applicables à l’exécution des travaux.
L’entrepreneur est également responsable de tous les dommages causés aux personnes
ou aux biens par suite de la faute ou de la négligence de l’entrepreneur.
Protection de la végétation, des structures, de l’équipement, des services publics et
des améliorations existants :
L’entrepreneur doit préserver et protéger toutes les structures, les équipements et la
végétation (comme les arbres, les arbustes et l’herbe) sur le site de travail ou à
proximité, qui n’interfèrent pas de façon déraisonnable avec les travaux requis en vertu
du présent contrat. L’entrepreneur doit réparer tout dommage causé à ces installations,
y compris celles qui sont la propriété d’un tiers, résultant de l’inobservation des
exigences du présent contrat ou de l’omission d’exercer une diligence raisonnable dans
l’exécution des travaux.
Type d’appel d’offre:
Offre ouverte au marché
Restriction?
Il n’y a pas de restriction dans cet appel d’offre.
Égale ou Supérieur?
Les offres doivent être supérieurs ou égales aux
spécifications décrites dans ce cahier de charges.
Type de contrat:
Bon de commande du Gouvernement Américain
Critère d’évaluation:
l’offre la plus compétitive répondant aux critères précités
Validité de l’offre:
30 jours
Clauses applicables de la Régulation Fédérale sur l’Acquisition (FAR):
La compagnie sélectionnée devra se conformer à toutes les clauses applicables du FAR.
Prière de vous référer à l’instrument final sur les Contrats pour une liste complète. Le texte
intégral peut être consulté par voie électronique à: http://www.acqnet.gov/far.
Autorité contractuelle: Cet appel d’offre ne constitue pas un contrat avec le
Gouvernement Américain. Selon l’article 1.602 du FAR, le seul représentant du
Gouvernement autorisé à conclure un accord est le Responsable des Contrats (Contracting
Officer). Ainsi, la Compagnie sélectionnée doit se rassurer, au préalable, qu’un document dument
signé par ledit Responsable des Contrats a bel et bien été établi, avant de débuter tout service
(ou de livrer une commande). De même, toute modification après la livraison ou le début
des activités devra être autorisée par le Responsable des Contrats.
23
Livraison: 30 jours
Pour toute question concernant cette demande de cotation, veuillez contacter les personnes
suivantes:
POINT DE CONTACT PRINCIPAL
Sean Varner
Contracting Officer Phone: 00241 01 45 72 28
Fax: 00241 01 45 71 05
SECONDARY POINT OF CONTACT:
Wilfrid Ndoutoume
Procurement Agent
Phone: 00214 01 45 72 76
Fax: 00241 01 45 71 05
NB: Notez qu’une version française a été faite ci-dessus. Le Gouvernement pourra
uniquement garantir la véracité de la version anglaise, laquelle devra uniquement être
prise en compte s’il arrivait qu’une différence dans les deux versions soit décelée. Ainsi,
en cas de litiges, la version anglaise prévaut.