Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

58 -- Supply and Install Audio-Visual Communication System.

Notice Date
4/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-R-1016
 
Response Due
4/15/2010
 
Archive Date
6/14/2010
 
Point of Contact
WILLIE HODGES, 816 389-3469
 
E-Mail Address
USACE District, Kansas City
(willie.e.hodges@usace.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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The US Army Corps of Engineers, has a requirement for Audio Visual Communication System to include equipment, delivery, and installation. In order to procure this requirement, a synopsis/solicitation is issued as a Request for Proposal (RFP), with the intent of issuing a Firm Fixed Price (FFP) supply contract. The Contractor shall furnish all manpower, equipment, delivery, installation, and all necessary items per attached Scope of Work. The provision at FAR 52.212-1 Instructions to Offers- Commercial, applies to this acquisition. The Contracting Officer will evaluate responsive and responsible offers on the basis of the Lowest Priced Technically Acceptable (LPTA) proposal. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable Proposal. In order for an offeror to be evaluated as Technically Acceptable, each offeror must, as a minimum, provide the following details with their proposal: (1)A detailed equipment listing, cross-referencing the proposed equipment to the stated requirements contained in the Scope of Work to include the paragraph number where the requirement originated. (2)Proposed Brand Name, Model Number, and Quantities of proposed equipment from item number 1 above. Offerors must address how a substitution or equal product clearly meets the Governments salient characteristics for the applicable equipment located in the Scope of Work. (3)Required Period of Performance stated in calendar days. The Government may exclude offers who propose a period of performance in excess of 90 days. (4)A statement (and supporting documentation) that the offeror meets the requirements outlined in paragraph 1.4 of the Scope of Work, Contractor Qualifications. This combined synopsis/solicitation and associated documents is posted on the Government-Wide Point of Entry, https://www.fbo.gov. Any amendments will be posted on the affected solicitation page FGEPS site. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-39. A complete list of the applicable clauses and provisions is included in this solicitation. All provisions and clauses can be referenced and viewed through Internet access at http://farsite.hill.af.mil. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Offerors must be registered with Offeror Representations and Certifications (ORCA) prior to award. The ORCA website address is https://orca.bpn.gov/ All contractors are required to be registered in the Central Contractors Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. PARTIES INTERESTED IN RESPONDING TO THIS RFP may submit their proposal in accordance with standard commercial practices (i.e. Proposal form, Letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation Number, Company Complete mailing and remittance address; any discount terms, DUNS number, and Taxpayer Identification Number. The proposal must include prices for CLIN 0001. Award will be made to the quoter offering the lowest price technically acceptable. PLEASE GO TO THE ADDITONAL INFORMATION SECTION LINK TO RECEIVE DRAWINGS AND SPECIFICATIONS. Any questions regarding to this solicitation must be submitted by email to the point of contact below. In accordance with FAR 52.212-1(k), the prospective awardee shall be registered and active in the CCR database prior to award. If the contractor does not register in the CCR database in the time prescribed by the Contracting Officer (NLT closing date of this solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered contractor. PROPOSALS ARE DUE NO LATER THAN 14:00 (CST), 15 APRIL 2010. You must submit Proposals i.e. US mail, Federal Express, United Parcel Service, DHL, or through a reputable courier/delivery service with a hardcopy. All proposals must be mailed to Willie Hodges at, CECT-NWK-C, U.S. Army Corps of Engineers, Kansas City District, 601 East 12th Street, Room 647, Kansas City, MO 64106-2896 proposals sent electronically will not be accepted. Notice: In accordance with FAR Claus 52.237-1, a Site Visit will be held on Wednesday, 7 April 2010, at 1:30 pm (CST). Interested parties are to meet at the Security Station at the Bolling Federal Building 601 East 12th Street to be escorted to the 5th and 6th floors. Offerors need to contact a Willie Hodges at (816) 389-3469 for the Site Visit..BOLLING FEDERAL BUILDING ENHANCED SECURITY Due to enhanced security measures in the Bolling Federal Building persons entering the building for a site visit will need to contact Willie Hodges at (816) 389-3469 from the Security Station to be escorted to the 5th and 6th floors. A valid Identification card will be required to enter the Bolling Federal Building i.e drivers license or passport. This solicitation lists some salient characteristics with suitable brands/models that meet the requirements of the Government. Each offeror is to identify the brand(s) that would be provided and prove that the products meet the Governments salient characteristics requirement. The completed Offeror Representation and Certifications Commercial items (FAR 52.212-3) must be submitted along with each quote. The government reserves the right to cancel this combined synopsis/solicitation. Electronic proposals can be sent to via email at Willie.E.Hodges@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers, Kansas City District, ATTN: CENWK-CT, 601 East 12th Street, Kansas City, MO 64106-2896 Place of Performance: U.S. Army Corps of Engineers, Kansas City District, ATTN: CENWK-CT, 601 East 12th Street, Kansas City, MO 64106-2896 U.S Point of Contact (s): Willie Hodges, 816 389-3469 for Contractual Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-R-1016/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02110681-W 20100403/100402000114-2de77aee778b0b03e13ff7e4bf644425 (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.