Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
MODIFICATION

63 -- Intent to Sole Source for Digitize Fire Reporting System Upgrade

Notice Date
9/8/2006
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
Reference-Number-N6146306RC089FN
 
Response Due
9/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Changed from Sole Source to Small Business Set Aside as shown below: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ reference number is N6146306RC089FN. This solicitation incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 2004-D010. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 561621 and the Small Business Standard is $11.5M. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center, Norfolk requests responses from qualified sources capable of providing firm fixed price services for the following statement of work: Digitize Fire Reporting System Upgrade- Networking of Oceana and Dam Neck Facilities: Contractor shall remove the existing Digitize 3000 Unit from the Dam Neck Security Office (currently not in use). Contractor shall rebuild unit w/ Digitize 3505 upgrade kit, which includes System 3505 Front Panel (new display and PCB), IO/Printer Card, CPU-7, System 3505 Printer, System 3505 Display and Key Card, System 3505 rear Panel and Software, and Network Option. Contractor shall replace existing Dam Neck Fire Station Digitize 3000 w/ upgraded 3505 Panel. Terminate connections and confirm operation w/ Game well Form Four System. Contractor shall rebuild Dam Neck Fire Station Digitize 3000 unit w/ Digitize 3505 upgrade kit, which includes System 3505 Front Panel (new display and PCB), IO/Printer Card, CPU-7, System 3505 Printer, System 3505 Display and Key Card, System 3505 rear Panel and Software, 4 Mem-600 Memory Cards and Network Option. Contractor shall replace existing Oceana Digitize 3000 w/ upgraded 3505 Panel. Terminate connections and confirm operation. No other specifications are available for this announcement. Period of performance is within 120 days after date of purchase order. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items: The final award will be based on lowest price technically acceptable. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: within FAR 52.212-5, the following clauses apply and are incorporated by reference: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.o.s, proclamations, and administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, as Amended (JULY 2005)(41 U.S.C. 351, et seq.). - WAGE DETERMINATION NO: 05-2543 REV (01) is applicable to this procurement and will be incorporated in the resultant order. Please visit http://www.wdol.gov/ for a copy of the wage determination or contact the contract specialist listed in this announcement 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.215-5, Facsimile Proposals 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes ? Fixed Price Additional contract terms and conditions applicable to this procurement are: 252.204-7004 Alt A, CCR Alternate A 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7000 Buy American Act ? Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C 2631) Alternate III (MAY 2002) of NNZ 5252.NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), cost breakdown (labor cost, labor hours, and materials), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close on 15 September 2006. Responses may be submitted to Laura R. Hohbach by facsimile at (757) 443-1376 or emailed to laura.hohbach@navy.mil. Oral communications are not acceptable in response to this notice.
 
Place of Performance
Address: Dam Neck and Oceana, Virginia Beach, Virginia
Zip Code: 23460
Country: UNITED STATES
 
Record
SN01138152-W 20060910/060908221600 (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.