SOLICITATION NOTICE
63 -- SCADA MAINTENANCE
- Notice Date
- 2/25/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S608T0028
- Response Due
- 3/4/2008
- Archive Date
- 5/3/2008
- Point of Contact
- Gene Casteel, 435-831-3455
- E-Mail Address
-
Email your questions to ACA, Dugway Proving Ground
(gene.l.casteel@us.army.mil)
- 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with addit ional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement for non-personal services for the annual maintenance got the CAC (Card Access Control) System located at the LSTF (Li fe Science Test Facility) Baker Area, building 2029, Dugway Proving Ground, Dugway, Utah. This service is to maintain the PLC (Programmable Logic Control) portion of the SCADA (Supervisor Control and Data Acquisition) System. This is a Firm Fixed Price, Time and Materials type contractfor as needed repairs, emergency service and parts / materials replacement. This requirement is to include a one-year (12-month) base period and two (2) one-year (12-month) option periods. The solicitation is issued as a equest for quote (RFQ). Submit written offers on RFQ W911S6-08-T-0028. All firms responding must be registered with the Central Contractor Regristration (CCR). North American Industrial Classification Standard 541512 ($21,000,000.00), applies to th is procurement. The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solic itation: FAR 52.212-4 Conract Terms and Conditions Commercial Items . The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the foll owing clauses cited are applicable to this solicitation: FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-50; FAR 52.225-13; FAR 52.232-33; FAR 52.222-41; FAR 52.222-42 and FAR 52.222 -43. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003 and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Regristration; FAR 52.24 7-34. FOB.; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022); DFARS 252.204-7004 Alt A, Central Contractor Regristration and DFARS 252.232-7010, Levies on Contract Payments. The following FAR clauses are incorporated by full text: FAR 52.216-31, Time-and-Materials / Labor-Hour Proposal RequirementsCommercial Item Acquisition (Feb 2007); FAR 52.217-8, Option to Extend Service (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000); FAR 52.232-7, Payment Under Time and Materials and Labor Hour Contracts (Feb 2007); DFARS 252.211-7003, Item Identification and Valuation (Jun 2005). The following local clauses apply to this solicitation: Maintenance Agreement Terms; Foreign Vi sitors / Employees; Location of U.S. Army Dugway Proving Ground; Service During Normal Work Hours; Access To Secure Area; Department of Army Personnel Reporting System; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG ; OSHA Standards; Identification of Contractor Employees; Normal Working Hours and Notice of Wage Determination. All quotes must be emailed to Mr. Gene Cast eel at casteel@dpg.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Gene Casteel at casteel@dpg.army.mil. Quotes are due no later than 10:00 AM MST (Mountain Standard Time), Tuesday, Mar 04, 2008.
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Country: US
- Zip Code: 84022-5000
- Record
- SN01516085-W 20080227/080225230116 (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 |