SOLICITATION NOTICE
63 -- Labor & Material to install Intrustion Detection System
- Notice Date
- 9/8/2008
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- V553338235023
- Response Due
- 9/18/2008
- Archive Date
- 9/18/2008
- Point of Contact
- Captain Joshua Bullard 757-462-7403 Ext 203 CDR Keith Sykes, 757-462-7303 Ext 410
- Small Business Set-Aside
- Total Small Business
- Description
- The government intends to purchase Intrusion Detection System (IDS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 13 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ V55333-8235-0237. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase on a BRAND NAME basis the following: (1) Labor and Material to install motion Sensors, Lennel Key Pads, LED Indicators and Server. Material MUST be interoperable with existing Expeditionary Strike Group 2 (ESG-2) Security Equipment. Work will be performed on the 1st and 3rd floors of Bldg 1602, IAW with the attached Statement of Work. Vendor must provide annual maintenance/life cycle support to ESG-2 Security System IAW the attached Statement of Work. Due to time constraints, a ONE DAY site visit will be held at the customer's location so that all interested vendors (attendees) may participate in a review of the entire area, and to obtain any necessary measurements as well as asking any technical questions of the Technical Point of Contact. It is the responsibility of each interested vendor to contact the POC for whatever clearances to enable access onto the base. ALL ATTENDEES MUST be present, at the following location, 2600 Tarawa Court, Building 1602, Suite 260, Norfolk, VA, NOT LATER than 10 minutes prior to 1:00 p.m. (1300) on Friday, 12th. such that the site visit may begin PROMPTLY AT 1:00 P.M. (1300). ANYONE who is not present at the start of the site visit at 1:00 p.m. (1300), is subject to disqualification. Any interested parties needing clearance onto the premises, must contact CDR Keith Sykes, by 4:00 p.m. on Wednesday, September 10, 2008, (462-7403, Ext 410 or keith.sykes@navy.mil) and provide the following information: Individual's Name, Name of Company, and Vehicle Information (make, model, license#, etc). FOB Point: Destination!! The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are ! incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAR 2007), 52.215-5 Facsimile Proposals (OCT1997); the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer-Central Co! ntractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clause applies and is incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252-227-7015 Technical Data (NOV 1995); 252.227-7037 Validation of Markings (SEP 1999) 252.232-7003 Electronic Submission Of Payment Requests (MAR 2007), 5252.NS-046P Prospective Contractor Responsibility (AUG 2001), 5252.NS-054T Transportation - STS (FEB 2006). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit prices, extended prices, total price, p! rompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 2:00 p.m. (EST) on Thursday, September 18, 2007. Offers MUST BE emailed to larry.ellis@navy.mil, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite D606, Contracting Department, Code 230A4, Norfolk, VA.23511-3392. The following information MUST be on the subject line of all emails: V55333-8235-0237. Reference V55333-8235-0237 on your proposal. NAICS 561621.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0218b3d58ce76b2b293e5937859e9df0&tab=core&_cview=1)
- Record
- SN01663054-W 20080910/080908221220-7f990d5966390db57c7e7fd54ad60e03 (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 |