Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
SOLICITATION NOTICE

42 -- Security fire alarm system upgrade

Notice Date
11/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
Reference-Number-F3F1G1535318A100
 
Response Due
12/5/2005
 
Archive Date
12/5/2005
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) RFQ F3F1G15318A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06 and through Defense Federal Acquisition Regulation Change Notice 20051114. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as Unrestricted. North American Industrial Classification Standard: 423610; Small Business Size Standard: 500 (v) CLIN (0001) SCIF Upgrade: All items must be 100% Vindicator compatable to include (Qnty 2) v5 S.M.A.R.T; 100% Vindicator compatable (Qnty 9) DES-1600; 100% Vindicator compatable (Qnty 1) 8103 CCM; 100% Vindicator compatable (Qnty 1) WISE Programming Terminal; 100% Vindicator compatable (Qnty 2) Single Mode Fiber Options; and (Qnty 11) TDEA Options. (vi) Contractor is to furnish all labor, tools, parts, materials, facilities, transportation, and supervision necessary to provide and upgrade to existing Vindicator systems in Bldg 2215 and Bldg 1013. (vii) FOB-Destination for delivery to: 366 OG, CAROLYN WRITE, 1050 DESSERT ST, , MOUNTAIN HOME AFB, ID 83648-5000, TEL: 208-828-1780 Delivery NLT 30 Days ADC Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Item, specifically the following clauses cited, are applicable to this solicitation: FAR 52.247-34 - F.O.B. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; and AFFARS 5352.201-9101 Ombudsman, applies to this acquisition. FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (xiii) The clause at FAR 52.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, specifically the following clauses, cited, are applicable to this solicitation: DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of Payment Requests that includes Wide Area Work Flow information; DFARS 252.247-7023 Transportation of Supplies by Sea. (xiv) Numbered Note # 1 (xx) All quotes must be emailed to melissa.safreed@mountainhome.af.mil, or faxed to (208)828-2658. Quotes are required to be received no later than 16:30 MST, 5 Dec 05.
 
Place of Performance
Address: MOUNTAIN HOME AFB, 366 CONS/LGCB, 366 Gunfighter Ave. Suite 498,
Zip Code: 83648
Country: IDAHO
 
Record
SN00941281-W 20051201/051130090133 (fbodaily.com)
 
Source
FedBizOpps 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.