25
RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir 19TU-15-19-Q-3619 Page 1 of 25 REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) THIS RFQ [ ] IS [x] IS NOT A SMALL BUSINESS- SMALL PURCHASE SET-ASIDE (52.219-4) PAGE 1 OF | PAGES 25 1. REQUEST NO. 19TU15-18-Q-3619 2. DATE ISSUED 04/11/2019 3. REQUISITION/PURCHASE REQUEST NO. PR8195090 4. CERT. FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1 RATING 5A. ISSUED BY General Services Office, American Embassy Ankara, Ataturk Blv. No:110, Kavaklidere, Ankara 6. DELIVER BY (Date) 05/02/2019 at 1500 hrs 5B. FOR INFORMATION CALL: 7. DELIVERY X FOB DESTINATION OTHER (See Schedule) NAME Eric M.Wilson [email protected] TELEPHONE NUMBER AREA CODE 312 NUMBER 457 73 81 8. TO: ALL POTENTIAL OFFERORS 9. DESTINATION a. NAME b. COMPANY a. NAME OF CONSIGNEE American Embassy Ankara c. STREET ADDRESS b. STREET ADDRESS Ataturk Blv. No:110 Kavaklidere d. CITY e. STATE f. ZIP CODE c. CITY Ankara d. STATE n/a e. ZIP CODE 06100 10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5A ON OR BEFORE CLOSE OF BUSINESS (Date) 05/02/2019 IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5A. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter 11. SCHEDULE (Include applicable Federal, State and local taxes) ITEM NO. (a) SUPPLIES/SERVICES (b) QUANTITY (c) UNIT (d) UNIT PRICE (e) AMOUNT (f) 1 2 *CCTV system for the new FCS and CA offices in Izmir's Chamber of Commerce *Alarm system for the new FCS and CA offices in Izmir's Chamber of Commerce building 2 2 set set 12 DISCOUNT FOR PROMPT PAYMENT a. 10 CALENDAR DAYS % b. 20 CALENDAR DAYS % c. 30 CALENDAR DAYS % d. CALENDAR DAYS NUMBER % NOTE: Additional provisions and representations [x] are [ ] are not attached. 13 NAME AND ADDRESS OF QUOTER 14 SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION 15 DATE OF QUOTATION a. NAME OF QUOTER b. STREET ADDRESS 16. SIGNER c. COUNTY a. NAME (Type or print) b. TELEPHONE d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) AREA CODE NUMBER

REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 1 of 25

REQUEST FOR QUOTATIONS

(THIS IS NOT AN ORDER)

THIS RFQ [ ] IS [x] IS NOT A SMALL BUSINESS-

SMALL PURCHASE SET-ASIDE (52.219-4)

PAGE

1

OF

|

PAGES

25

1. REQUEST NO.

19TU15-18-Q-3619

2. DATE ISSUED

04/11/2019

3. REQUISITION/PURCHASE REQUEST NO.

PR8195090

4. CERT. FOR NAT. DEF. UNDER

BDSA REG. 2 AND/OR DMS

REG. 1

RATING

5A. ISSUED BY General Services Office, American Embassy Ankara,

Ataturk Blv. No:110, Kavaklidere, Ankara

6. DELIVER BY (Date)

05/02/2019 at 1500 hrs

5B. FOR INFORMATION CALL: 7. DELIVERY

X FOB DESTINATION OTHER (See Schedule) NAME

Eric M.Wilson [email protected]

TELEPHONE NUMBER

AREA CODE

312

NUMBER

457 73 81

8. TO: ALL POTENTIAL OFFERORS 9. DESTINATION

a. NAME b. COMPANY a. NAME OF CONSIGNEE

American Embassy Ankara

c. STREET ADDRESS b. STREET ADDRESS

Ataturk Blv. No:110 Kavaklidere

d. CITY e. STATE f. ZIP CODE c. CITY

Ankara

d. STATE

n/a

e. ZIP CODE

06100

10. PLEASE FURNISH QUOTATIONS TO THE ISSUING

OFFICE IN BLOCK 5A ON OR BEFORE CLOSE OF

BUSINESS (Date)

05/02/2019

IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please

so indicate on this form and return it to the address in Block 5A. This request does not commit the Government to pay any

costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of

domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for

Quotations must be completed by the quoter

11. SCHEDULE (Include applicable Federal, State and local taxes)

ITEM NO.

(a)

SUPPLIES/SERVICES

(b)

QUANTITY

(c)

UNIT

(d)

UNIT PRICE

(e)

AMOUNT

(f)

1

2

*CCTV system for the new FCS and CA offices in

Izmir's Chamber of Commerce

*Alarm system for the new FCS and CA offices in

Izmir's Chamber of Commerce building

2

2

set

set

12 DISCOUNT FOR PROMPT PAYMENT a. 10 CALENDAR DAYS

%

b. 20 CALENDAR DAYS

%

c. 30 CALENDAR DAYS

%

d. CALENDAR DAYS

NUMBER %

NOTE: Additional provisions and representations [x] are [ ] are not attached.

13 NAME AND ADDRESS OF QUOTER 14 SIGNATURE OF PERSON AUTHORIZED TO SIGN

QUOTATION

15 DATE OF QUOTATION

a. NAME OF QUOTER

b. STREET ADDRESS

16. SIGNER

c. COUNTY a. NAME (Type or print)

b. TELEPHONE

d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) AREA CODE

NUMBER

Page 2: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 2 of 25

REQUEST for QUOTATIONs for Installation of CCTV and Alarm Systems to CA and FCS Offices in Izmir

I. SCOPE OF WORK

The vendor shall provide and install new CCTV surveillance system and alarm system with

remote monitoring feature for FCS and CA offices located at Izmir Chamber of Commerce Building.

This is a firm-fixed price type of purchase order. The price listed below shall include all labor, materials,

overhead, profit, and transportation necessary to deliver, install and commission the required items to

the FCS and CA offices located at Izmir Chamber of Commerce Building. The CCTV and alarm

system requirements and specifications are in the following section. The offered prices shall include all

labor, materials (see FAR 52.228-4 and 52.228-5), overhead, and profit. All prices shall be in U.S.

Dollars.

II. SPECIFICATION

The required specifications are listed below:

CCTV System:

CAMERAS

2 cameras (fixed cameras).

Multi-focus, and have a minimum resolution of 1080P.

Night vision capable (Smart IR LEDs with illumination up to 20 meters).

Dual voltage (DC12V & AC24V).

COR has final decision on all camera locations and views.

POWER

Uninterruptable power supplies (UPS) for whole system, with minimum 30 minute runtime.

System must use the existing electrical system.

CONNECTION

IP wired system, using Cat-6e cable for system backbone.

All exposed cable must be installed in thick walled galvanized metal conduit, anchored at least

every 8 meters. There must be a lockable pull-box every 8 meters or 270 degrees worth of bends.

SYSTEM

All equipment must be in compliance with ONVIF standards (www.onvif.org) in order to ensure

standardized interfaces and interoperability of the IP-based physical security products.

Products from Huawei, ZTE, Xiaomi (or any subsidiary or affiliate of such entities) shall not be used.

Software from Kaspersky Lab shall not be used.

NVR must be able to record 30 days or more.

System must be expandable - additional cameras & NVRs must easily integrate into the current

system without adding a separate monitoring station for each NVR.

Each user must be capable of viewing both live and recorded footage. The user must be able to

playback stored video at all monitoring locations.

Must install two monitors in specified locations. Monitors must provide proper visualization of HD

video from cameras.

Page 3: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 3 of 25

Must install two alarm controllers in specified locations.

No remote logon capability to the camera system.

Monitor Locations Controller Locations

LGF Location 1 LGF Location 1

Office Desk Office Desk

Alarm System:

SENSORS

Wireless magnetic contacts for the two doors and passive infrared motion sensors to cover the

internal office space (estimate is 2-3 PIRs).

MONITORING

The system must have a GSM module in order to internally monitor the system. The GSM module

will send alerts to the assigned phone numbers.

POWER

Uninterruptable power supplies (UPS) for whole system, with minimum 30 minute runtime.

System must use the existing electrical system.

SYSTEM

Products from Huawei, ZTE, Xiaomi (or any subsidiary or affiliate of such entities) shall not be used.

Software from Kaspersky Lab shall not be used.

Components other than the sensors such as base station may be wired.

All cabling must use pre-existing conduit. No additional holes may be made in the walls.

Panic button/capability is required.

Alarms will result in both an audible siren as well as the alert sent to the pre-assigned phone

numbers.

The character and scope of the work are set forth in the contract. The Contractor shall furnish

and install all materials required by this contract. In case of differences between small and large-

scale drawings, the latter will govern. Where a portion of the work is drawn in detail and the

remainder of the work is indicated in outline, the parts drawn in detail shall apply also to all other

portions of the work.

III. PRICING

The Contractor shall complete all work, including furnishing all labor, material, equipment and

services required under this purchase order for the following firm fixed price and within the time

specified. This price shall include all labor, materials, all insurances, overhead and profit. All prices

shall be in T.L. and valid for 30 days.

Total Price (USD) including all labor, materials, overhead and

profit.

Page 4: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 4 of 25

IV. VALUE ADDED TAX

The Government will not reimburse the Contractor for VAT under this contract. The Contractor shall

not include a line for VAT on invoices as the U.S. Embassy has a tax exemption certificate with the

host government.

VI. PACKAGING AND MARKING

Mark materials delivered to the site as follows:

RFQ NO: 19TU15-19-Q-3619

ATTENTION TO: J.P.BERNARD, CONTRACTING OFFICER’S REPRESENTATIVE

Izmir Chamber of Commerce Building

CA and FCS Offices

Alsancak Mahallesi, Atatürk Caddesi, No:190, 35220 İzmir

VII. INSPECTION AND ACCEPTANCE

The COR, or his/her authorized representatives, will inspect from time to time the services being

performed and the supplies furnished to determine whether work is being performed in a satisfactory

manner, and that all supplies are of acceptable quality and standards.

The Contractor shall be responsible for any countermeasures or corrective action, within the scope of

this contract, which may be required by the Contracting Officer as a result of such inspection.

VIII. DELIVERIES OR PERFORMANCE

52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)

The Contractor shall be required to:

a) Commence work under this contract within 7 calendar days after the date the Contractor

receives the purchase order,

b) Prosecute the work diligently, and,

c) Complete the entire work ready for use not later than 10 days after commencing the work

under this contract.

The time stated for completion shall include final cleanup of the premises.

IX. INVOICING and PAYMENT

The Contractor shall submit the invoice to the POC at the Embassy. All invoices should be VAT

exempted. Government will provide VAT exemption card. A proper invoice must include the

following information:

Page 5: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 5 of 25

Payment will be made by EFT in U.S. Dollar 30 days after receipt of ordered services and

proper invoice. The following information must be printed on the invoice to be

considered as a proper invoice:

Purchase Order Number.

Description, quantity and total.

VAT Exemption.

Bank Information; Bank Name, Branch name, Account no., IBAN number.

US Government has 7 calendar days to review an invoice and either return it to the contractor as

improper or process the invoice for payment.

X. DELIVERY AND RECEIPT CONDITIONS:

The CCTV and alarm systems shall be provided and installed to CA and FCS Offices at Izmir Chamber

of Commerce Building in brand new, good usable order. Delivery place is the Chamber of

Commerce Building in Izmir.

The physical examination of the CCTV and alarm system components according to the defined

specifications will be carried out by Embassy designated personnel prior to payment.

Points of Contacts:

The Contracting Officer will make all of the arrangements in support of contractual work associated

with this instruction and RSO will handle acceptance of deliverable items. Contact information for the

Contracting Officer is as follows:

A/GSO: Eric M.Wilson Tel 0312-457 73 81 [email protected]

Financial Information:

FMC in Ankara, Turkey will arrange all payments for this service via State Department issued fund cite.

Delivery Dates and Locations:

Delivery Period: Partial deliveries and system setups are not allowed. Delivery, installation and

commissioning of ordered items must be completed within 20 (twenty) calendar days following the

purchase order being e-mailed to the awardee.

Delivery location:

Izmir Chamber of Commerce Building CA and FCS Offices

Alsancak Mahallesi, Atatürk Caddesi No:190, 35220 İzmir

XI. NOTICE OF DELAY

If the Contractor receives a notice of any change in the work, or if any other conditions arise which

are likely to cause or are actually causing delays which the Contractor believes may result in late

completion of the project, the Contractor shall notify the Contracting Officer. The Contractor’s

notice shall state the effect, if any, of such change or other conditions upon the approved schedule,

Page 6: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 6 of 25

and shall state in what respects, if any, the relevant schedule or the completion date should be

revised. The Contractor shall give such notice promptly, not more than ten (5) days after the first

event giving rise to the delay or prospective delay. Only the Contracting Officer may make revisions

to the approved time schedule.

XII. WORKING HOURS

All work shall be performed during from Monday to Friday at the hours of 8:00 until 17:00. Other

hours, if requested by the Contractor, may be approved by the Contracting Officer's Representative

(COR). The Contractor shall give 24 hours in advance to COR who will consider any deviation from

the hours identified above. Changes in work hours, initiated by the Contractor, will not be a cause

for a price increase.

XIII. ADMINISTRATIVE DATA

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)

(a) The Contracting Officer may designate in writing one or more Government employees, by

name or position title, to take action for the Contracting Officer under this contract. Each designee

shall be identified as a Contracting Officer’s Representative (COR). Such designation(s) shall specify

the scope and limitations of the authority so delegated; provided, that the designee shall not

change the terms or conditions of the contract, unless the COR is a warranted Contracting Officer

and this authority is delegated in the designation.

(b) The COR for this contract is A/RSO Jon-Paul D. Bernard [email protected]

XIV. WARRANTY

The contractor shall clearly identify and state the warranty period. The vendor shall be

responsible and liable of providing the necessary compensation in case of any finding

defective, faulted or shortages of the whole CCTV and alarm system components after

delivery to the location mentioned above.

Both CCTV and alarm systems must include a pre-approved service level agreement (SLA)

that clearly specifies how long the contractor have to respond to an emergency outage,

repair of equipment, etc.

Products and labor must have at least a 2-years warranty from either the installer or the

manufacturer.

XV. ASSEMBLY & DIS-ASSEMBLY PERSONNEL - The Contractor shall maintain discipline at the site and

at all times take all reasonable precautions to prevent any unlawful, riotous, or disorderly conduct by

or among those employed at the site. The Contractor shall ensure the preservation of peace and

protection of persons and property in the neighborhood of the project against such action. The

Page 7: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 7 of 25

Contracting Officer may require, in writing that the Contractor remove from the work any employee

that the Contracting Officer deems incompetent, careless, insubordinate or otherwise objectionable,

or whose continued employment on the project is deemed by the Contracting Officer to be contrary

to the Government's interests.

If the Contractor has knowledge that any actual or potential labor dispute is delaying or

threatens to delay the timely performance of this contract, the Contractor shall immediately

give notice, including all relevant information, to the Contracting Officer.

After award, the Contractor has 3 calendar days to submit to the Contracting Officer a list of

workers and supervisors assigned to this project for the Government to conduct all necessary

security checks. It is anticipated that security checks will take 1-2 weeks to perform. For each

individual the list shall include:

Full Name

Place and Date of Birth

Current Address

Identification number

Failure to provide any of the above information may be considered grounds for rejection

and/or resubmittal of the application. Once the Government has completed the security

screening and approved the applicants a badge will be provided to the individual for access

to the site. This badge may be revoked at any time due to the falsification of data, or

misconduct on site.

The Contractor shall provide an English speaking supervisor on site at all times. This position is

considered as key personnel under this purchase order.

XVI. MATERIALS AND EQUIPMENT - All materials and equipment incorporated into the work shall be

new and for the purpose intended, unless otherwise specified. All workmanship shall be of good

quality and performed in a skillful manner that will withstand inspection by the Contracting Officer.

LIST OF ATTACHMENTS

ATTACHMENT

NUMBER DESCRIPTION OF ATTACHMENT

NUMBER OF

PAGES

Attachment 1 Breakdown of Price by Divisions of Specifications

CCTV System

1

Attachment 2 Breakdown of Price by Divisions of Specifications

Alarm System

1

Attachment 3 Office Floor Plans 2

Attachment 4 Holidays 1

Page 8: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 8 of 25

XVII. QUOTATION INFORMATION

A. QUALIFICATIONS OF OFFERORS

Offerors/quoters must be technically qualified and financially responsible to perform the

work described in this solicitation. At a minimum, each Offeror/Quoter must meet the following

requirements:

1) Be able to understand written and spoken English;

2) Have an established business with a permanent address and telephone listing;

3) Be able to demonstrate prior construction experience with suitable references;

4) Have the necessary personnel, equipment and financial resources to perform the work;

5) Have all licenses and permits required by local law;

6) Meet all local insurance requirements;

7) Have the ability to obtain or to post adequate performance security, such as bonds,

irrevocable letters of credit or guarantees issued by a reputable financial institution;

8) Have no adverse criminal record; and have no political or business affiliation which could be

considered contrary to the interests of the United States.

B. SUBMISSION OF QUOTATIONS

This solicitation is for the performance of the services and equipment described in the SCOPE

OF WORK, and the Attachments which are a part of this request for quotation.

Each quotation must consist of the following:

VOLUME TITLE # OF COPIES*

I Standard Form 18 including a completed Attachment 1,

"BREAKDOWN OF PROPOSAL PRICE BY DIVISIONS OF

SPECIFICATIONS

2 each

II Official company registration to the tax office 2 each

III Quality Certificate of the components to be used in the project 2 each

IV Information on the CCTV and Alarm equipment manufacturing

company the contractor proposes

2 each

V List of equipment to be used during the CCTV and alarm system

installation

2 each

Page 9: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 9 of 25

Submit the complete quotation to the address indicated by special courier services and also by

email.

U.S. EMBASSY ANKARA

GSO/ACQ 19TU15-19-Q-3169

Paris Caddesi, 5 Numarali Nizamiye

Kavaklidere, Ankara

The Offeror/Quoter shall identify and explain/justify any deviations, exceptions, or conditional

assumptions taken with respect to any of the instructions or requirements of this request for quotation

in the appropriate volume of the offer.

C. SITE VISIT

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and

Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation.

Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be

performed.

(b) A site visit will be conducted on April 25th, 2019 Thursday at 2:00 p.m.

(c) Participants will arrive to the entry gate at;

Izmir Chamber of Commerce Building CA and FCS Offices Alsancak Mahallesi, Atatürk Caddesi No:190, 35220 İzmir

The participants names and ID card numbers are to be informed by email to Ankara-GSO-

[email protected] on or before April 19, 2019.

D. MAGNITUDE OF PROJECT

It is anticipated that the range in price of this contract will be: under $150,000.

E. LATE QUOTATIONS

Late quotations shall be handled in accordance with FAR.

F. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates the following provisions by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their full text

available. The offeror is cautioned that the listed provisions may include blocks that must be

completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of

Page 10: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 10 of 25

those provisions, the offeror may identify the provision by paragraph identifier and provide the

appropriate information with its quotation or offer.

Also, the full text of a solicitation provision may be accessed electronically at:

http://acquisition.gov/far/index.html/ or http://farsite.hill.af.mil/vffara.htm. Please note these

addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above,

use the Department of State Acquisition website at http://www.statebuy.state.gov to access the link

to the FAR, or use of an Internet "search engine" (for example, Google, Yahoo or Excite) is suggested

to obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation provisions are incorporated by reference (48 CFR CH. 1):

PROVISION TITLE AND DATE

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004)

G. EVALUATION CRITERIA

Award will be made to the lowest priced, acceptable, responsible quoter. The Government reserves

the right to reject quotations that are unreasonably low or high in price.

The Government will determine acceptability by assessing the offeror's compliance with the terms of

the RFQ. The Government will determine responsibility by analyzing whether the apparent successful

quoter complies with the requirements of FAR 9.1, including:

ability to comply with the required performance period, taking into consideration all

existing commercial and governmental business commitments;

satisfactory record of integrity and business ethics;

necessary organization, experience, and skills or the ability to obtain them;

necessary equipment and facilities or the ability to obtain them; and

otherwise, qualified and eligible to receive an award under applicable laws and

regulations.

Page 11: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 11 of 25

The following DOSAR provision(s) is/are provided in full text:

Subpart 4.11—System for Award Management 4.1102 Policy.

(a) Prospective contractors shall be registered in the SAM database prior to award of a contract or

agreement, except for— http://aoprals.state.gov/Web920/danger_pay_all.asp

(ii) Contracting officers located outside the United States and its outlying areas, as defined in 2.101, for

work to be performed in support of diplomatic or developmental operations, including those

performed in support of foreign assistance programs overseas, in an area that has been designated

by the Department of State as a danger pay post (see http://

aoprals.state.gov/Web920/danger_pay_all.asp)

FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998)

This purchase order or BPA incorporates the following clauses by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their full text

available. Also, the full text of a clause may be accessed electronically at this address:

Page 12: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 12 of 25

CLAUSES FOR PURCHASE ORDERS AND BLANKET PURCHASE AGREEMENTS AWARDED BY

OVERSEAS CONTRACTING ACTIVITIES

(Current thru FAC 2005-55)

COMMERCIAL ITEMS

FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998)

This purchase order or BPA incorporates the following clauses by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their full text

available. Also, the full text of a clause may be accessed electronically at this address:

https://www.acquisition.gov/far

DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) CLAUSES

NUMBER TITLE DATE

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011

52.212-4 Contract Terms and Conditions – Commercial Items

(Alternate I (OCT 2008) of 52.212-4 applies if the order is

time-and-materials or labor-hour)

Feb 2012

52.225-19 Contractor Personnel in a Diplomatic or Consular

Mission Outside the United States

MAR 2008

52.225-25 Prohibition on Contracting with Entities Engaging in

Sanctioned Activities Relating to Iran – Representation

and Certification

NOV 2011

52.227-19 Commercial Computer Software License DEC 2007

52.228-3 Workers’ Compensation Insurance (Defense Base Act) APR 1984

52.228-4 Workers’ Compensation and War-Hazard Insurance APR 1984

The following clause is provided in full text:

Page 13: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 13 of 25

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—

Commercial Items.

As prescribed in 12.301(b)(4), insert the following clause:

Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial

Items (Jan 2018)

(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) 52.203-19, 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.)

__ (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).

Page 14: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 14 of 25

__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016)

(Pub. L. 111-117, section 743 of Div. C).

__ (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.

__ (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)).

Page 15: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 15 of 25

__ (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 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)).

__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

__ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018) (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).

__ (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).

__ (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).

Page 16: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 16 of 25

__ (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.

__ (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).

__ (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).

Page 17: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 17 of 25

__ (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)).

__ (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).

Page 18: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 18 of 25

__ (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 Further Continuing Appropriations

Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as

extended in continuing resolutions)).

Page 19: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 19 of 25

(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)

52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627).

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.

Page 20: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 20 of 25

(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)

Page 21: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 21 of 25

ATTACHMENT #1

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS – CCTV SYSTEM

DESCRIPTION LABOR (USD) MATERIALS (USD)

OVERHEAD AND PROFIT (USD)

TOTAL (USD)

CA OFFICE

FCS OFFICE

CA OFFICE

FCS OFFICE

CA OFFICE

FCS OFFICE

CA OFFICE

FCS OFFICE

A CCTV Cameras

1

2 cameras (fixed cameras). Multi-focus, minimum resolution of 1080P. Night vision capable (Smart IR LEDs with illumination up to 20 meters). Dual voltage (DC12V & AC24V).

B Power

1

Uninterruptable power supplies (UPS) for whole system, with minimum 30 minute runtime. System must use the existing electrical system.

C Connection

1

IP wired system, using Cat-6e cable for system backbone. All exposed cable must be installed in thick walled galvanized metal conduit, anchored at least every 8 meters. Lockable pull-box every 8 meters or 270 degrees worth of bends.

D NVR

1 Featuring min. 30 days or more recording capacity.

E Monitors

1 Capable of HD visualization from cameras

F Controllers

1 Two ea. controllers

G Installation, test and Commissioning

GRAND TOTAL for CA:

GRAND TOTAL for FCS:

Page 22: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 22 of 25

ATTACHMENT #2

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS – ALARM SYSTEM

DESCRIPTION LABOR (USD) MATERIALS (USD)

OVERHEAD AND PROFIT (USD)

TOTAL (USD)

CA OFFICE

FCS OFFICE

CA OFFICE

FCS OFFICE

CA OFFICE

FCS OFFICE

CA OFFICE

FCS OFFICE

A Sensors

1 Wireless magnetic contacts for the two doors and passive infrared motion sensors to cover the internal office space.

B Monitoring

1 GSM module for internal monitoring to send alerts to the assigned phone numbers.

C Power

1 Uninterruptable power supplies (UPS) for whole system, with minimum 30 minute runtime using the existing electrical system.

D Other Components

1 High dB Siren

2 Panic Button

E Installation test and Commissioning

GRAND TOTAL:

GRAND TOTAL for CA:

GRAND TOTAL for FCS:

Offeror's Co.

Legal Title:______________________________________ Date: __/__/___

Legal representative’s signature

Page 23: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 23 of 25

ATTACHMENT #3 OFFICE FLOOR PLANS – CA OFFICE

Page 24: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 24 of 25

ATTACHMENT #3 OFFICE FLOOR PLANS – FCS OFFICE

Page 25: REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ PAGE OF PAGES

RFQ for Installation of CCTV & Alarm System to CA & FCS Offices in Izmir

19TU-15-19-Q-3619 Page 25 of 25

ATTACHMENT #4

HOLIDAYS