Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2005 FBO #1159
SOLICITATION NOTICE

D -- Vicksburg Consolidated Contracts Office, Vicksburg, MS has a requirement for a firm fixed price Indefinite Delivery type contract for Emergency and Routine Communication Services, with a six month base and six one month options.

Notice Date
1/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-05-T-0017
 
Response Due
2/4/2005
 
Archive Date
4/5/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Circular (2001-26). This requirement is set aside 100% for small business. The associated North Americ an Industry Classification System (NAICS) code for the procurement is 517110 and the Small Business size standard is 1500 employees. This is an Emergency Procurement with a 6 month base period and six (6) one month options. Vicksburg Consolidated Contracts Office, Vicksburg, Ms has a requirement for a firm fixed price Indefinite Delivery type contract for Emergency and Routine Communications Services. (W912HZ-05-T-0017) A maximum monetary limit of $40,000 per month exists o n the total with a minimum of $4800.00 for the base six month period, including labor, materials and equipment. The contract will contain fixed labor rates for applicable labor categories. Task orders will be negotiated using the fixed prices in the contr act. Work shall consist of furnishing all telephone switchboard operators and communications services support for the internal voice, video and data communications networks, which operate over fiber-optic and copper cabling infrastructure on the 700+ acre United States Army Corps of Engineers Waterways Experiment Station, located at 3909 Halls Ferry Road, Vicksburg, Mississippi. Wages in this contract will be subject to the Service Contract Act of 1965. All interested firms must be registered in the Centr al Contractor Registration. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, and other factors considered in accordance with FAR 52.212-2. The following factors shall be used to evaluate offers: Evaluation will be on both price and the technical proposal. The Technical proposal will have the following criteria (listed in descending order of importance): 1. Technical Capability; and 2. Past Performance/Experience. The narrative ratings will be Excellent, Good, Satisfactory, and Unacceptable. Evaluation of proposals will include the base six month period and six optional months. NOTE: OFFERERS ARE URGED TO VIEW THE COMPLETE STATEMENT OF WORK WHICH MAY BE ACCESSED AT THE FOLLOWING WEBSITE: http://www.mvk.usace.army.mil/offices/contract/main.htm. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commerical Items; 52.212-2 Evaluation  Commercial Items; 52.212-3, Offeror Representations and Certification-Commercial Items, 52.222-19 Child LaborCooperation with Au thorities and Remedies, 52.222-25 Affirmative Action Compliance, 252.225-7000 Buy American ActBalance of Payments Program Certificate and 252.212-7000, Offeror Representations and Certifications Commercial Items. The following clauses apply to this acquis ition: 52.212-4 Contract Terms and Conditions-Commercial Items; Clause 52.212-5; Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; 52.216-18 Ordering; 52.216-22 Indefinite Quantity; 52.222-3 Convict Labor; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-34 FOB Destination, 52.252-2 Clauses Incorporated by Re ference, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Vete ran and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Ac quisitions of Commercial Items, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.225-7036 Buy American North American Free Trade Agreement Implementation ActBalance of Payments Program, 252.243-7001 Pricing of Contract Modifications,. are hereby incorporated by reference. All offerors shall Submit the following: 1) Original and one (1) copy of a proposal; 2) A completed copy of the Provision at 52.212-3 Offeror Representations a nd Certification-Commercial Items, and 252.212-7000 Offeror Representation and Certifications-Commercial Item, which may be downloaded at http://farsite.hill.af.mil All quotes should be sent to VCCO, CEMVK-CTT-T, 4155 E. Clay St, Vicksburg Ms 39183-3435 o r emailed to Cinda.a.prescott@mvk02.usace.army.mil. Submission shall be received by: 04 Feb 2005 @ 4:00pm CST Point of Contact: Cinda Prescott, Contract Specialist 601-631-5351, email cinda.a.prescott@mvk02.usace.army.mil
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00740638-W 20050128/050126212354 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.