SOLICITATION NOTICE
63 -- Monitoring and Maintenance of Bosch D7412G Systems - Statement of Work (SOW)
- Notice Date
- 3/2/2009
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- XA9H5A9XS174MP
- Archive Date
- 3/19/2009
- Point of Contact
- Amber D. Barnhart, Phone: 6182299506
- E-Mail Address
-
amber.barnhart@disa.mil
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Reference #: XA9HSA9XS174MP The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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; quotes are being requested and a written solicitation will not be issued. This acquisition is for the purchase of monitoring and maintenance services for three Intrusion Dectection Systems. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The applicable NAICS code is 561621. The Small Business Size Standard for NAICS code 561621 is $12.5 million. This requirement is not set-aside - the above NAICS information is supplied for information only. You must provide pricing for all services listed, partial bids will not be accepted. All quotes must be from vendors who are authorized to service the OEM. This is a new requirement. The use of Wide Area Workflow (WAWF) is the intended method of payment. You must be registered in Wide Area Work Flow (WAWF) to receive payments. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Please price your services based on the format below: Labor Category Base Year Option Year 1 Option Year 2 Option Year 3 Option Year 4 Monitoring System 1 Maintenance & Repair Semi-Annual Inspection Monitoring System 2 Maintenance & Repair Semi-Annual Inspection Monitoring System 3 Maintenance & Repair Semi-Annual Inspection Please see the attached Statement of Work (SOW) below for complete details on the requirement. The Period of Performance will be from the Date of Award, 2009 thru Date of Award, 2010 with four (4) Option Years. Base Year: 2009-2010 Option Year 1: 2010-2011 Option Year 2: 2011-2012 Option Year 3: 2012-2013 Option Year 4: 2013-2014 All quotes are due NLT 02 March 2009, 9:00 a.m. CST. Please contact Amber.Barnhart@DISA.mil with questions. Please submit your quote via e-mail to: Amber.Barnhart@DISA.mil Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items ­­­­­­­­­­­­­­­­­__________________________________________________________________________
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=45ecf07e5d2cf7420f4e5b9e7e44a96a&tab=core&_cview=1)
- Place of Performance
- Address: Defense Manpower Data Center, 400 Gigling Road, Seaside, California, 93955, United States
- Zip Code: 93955
- Zip Code: 93955
- Record
- SN01760111-W 20090304/090302215900-45ecf07e5d2cf7420f4e5b9e7e44a96a (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 |