Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

63 -- Automated Traffic Arms using RFID Technology - STATEMENT OF WORK

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
464-10MR-2618
 
Archive Date
9/23/2010
 
Point of Contact
RHONDA SIZEMORE, Phone: 304-256-3538
 
E-Mail Address
sizemore.rhonda@dol.gov
(sizemore.rhonda@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Product/equipment specs and installation requirements This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. The solicitation number is 464-10MR-2618, assigned for tracking purposes only, and is issued as a Request for Quotes. No other solicitation will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 500 employees. This requirement is a Small Business set aside and only qualified offerors may submit quotes. MSHA seeks vendors that can provide the following: All materials, equipment, installation and training services for automated traffic arms (including radio frequency identification "RFID" long range readers and license plate cameras) at each of its 3 entrances at 765 Technology Drive, Triadelphia, WV 26059. All programming of the customer data base, CCTV software configuration and training of MSHA personnel will be performed by the vendor. See attached Statement of Work for complete details of work to be performed. A firm fixed price contract is anticipated for all of the above. A minimum one year warranty on all parts and labor is required. Contractor must respond to all service calls within 24 hours, Monday - Friday (weekends excluded). Site visit: A site visit is scheduled for Thursday, August 19, 2010 at 10:00 a.m. EST at the Mine Safety & Health Administration Office located at 765 Technology Drive in Triadelphia, WV, 26059. Attendance of the site visit is highly encouraged to understand the full scope of the work to be performed. E-mail Contracting Officer, Rhonda Sizemore, at Sizemore.Rhonda@dol.gov no later than 12:00 noon Wednesday, August 18, 2010 if you plan to attend. The site visit will be conducted by David Diegmiller. Vendors not responding of their plans to attend site visit may not be admitted through the security gates. Any questions are due by 12:00 noon Tuesday, August 24, 2010. Questions not received by this deadline may not be considered. All questions are to be submitted via e-mail to Contracting Officer Rhonda Sizemore at Sizemore.Rhonda@dol.gov. No telephone calls please. Answers to all questions will be posted to FBO as soon as possible after this date, but in sufficient time for final quote to be prepared and submitted. Shipping must be FOB destination CONUS, which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov. The selected Offeror must comply with the following commercial terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52-212-3 Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. The provisions at FAR 52.212-2 Evaluation - Commercial Items applies to this solicitation. The specific evaluation factors to be included in paragraph (a) of that provision are: 1. Technical Capability 2. Past Performance 3. Price Award will be made based on best value to the government. Please provide a technical capabilities statement and past performance references of similar work performed. Past performance references must include the company name, address, point of contact, telephone number, contract amount, period of performance, and a brief description of the work performed. Price should be submitted as a separate attachment. No reference to price is to be made in the technical capability or past performance submissions. Quotes must include the following: 1. Company name, address, and phone number 2. Company DUNS number and business size 3. A price breakdown of equipment, labor, and services 4. A description of products being proposed 5. Warranty information 6. How vendor proposes to respond to service calls 7. How vendor proposes to provide training to MSHA personnel 8. Delivery schedule FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.219-28, 52.222-3, 52.225-13, and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Quotes are due no later than 3:00 p.m., Wednesday, September 8, 2010 and may be submitted either electronically to Contracting Officer Rhonda Sizemore at Sizemore.Rhonda@dol.gov or by hard copy to her at USDOL-MSHA, 1301 Airport Road, Beaver, WV, 25813. No Vista or Zip files can be opened. Files must be either PDF or compatible with Microsoft Word/Excel 2003.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/464-10MR-2618/listing.html)
 
Place of Performance
Address: MINE SAFETY AND HEALTH ADMINSTRATION, 1301 AIRPORT ROAD, Beaver, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02238980-W 20100814/100812235929-24b9dd6aab99b733de95ed3e1b125e67 (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.