Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

75 -- Plug-In Storage Systems, Inc Security Cabinets (Part#: CA 4052-20) or "EQUIVALENT" and accessories

Notice Date
9/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337124 — Metal Household Furniture Manufacturing
 
Contracting Office
MICC - Fort Dix (RC - East), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
0010078365
 
Response Due
9/24/2011
 
Archive Date
11/23/2011
 
Point of Contact
Joseph Haslach, 609-562-2763
 
E-Mail Address
MICC - Fort Dix (RC - East)
(joseph.haslach@us.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation #: 0010078365 is hereby issued as a Requst for Quote (RFQ) for the procurement of two (2) each Plug-In Storage Systems, Inc Security Cabinets (Part#: CA 4052-20) or "EQUIVALENT" and accessories. This procurement is being solicited on a Full and open basis under NAICS code 337124 resulting in a competitively-awarded purchase order Contract. The minimum requirements are as follows: Two (2) each, twenty (20) draw, Fully Functional Stand Alone Laptop Security Cabinets; LCD Screen; Common Access Card (CAC) Access; Keypad Access; RFID Reader; Network Access to Reports; Time Stamp Capabilities (list of persons who access cabinets); Internal Fans with Fully Programmable Temperature Reader to Monitor Internal Fans, Steel Construction; Sliding Drawers with Pull Handles; Contain a Drawer Inspection Window for Each Drawer; 110 VAC 15 AMP Power Supply Forty (40) each Category Six (6) Wiring Kits; All Category Six (6) Cabinet and Drawer Cables, Couplers, and Ties - Per Drawer; Installed Forty (40) each AC Power to Each Drawer; to include five (5), ten (10) Amp AC Power Cords and Ties - Per Drawer; installed Two (2) each Mobile Wheel Kits for Cabinet; to include a total of four (4) Non Marking Castors, two (2) Castors Locking, two (2) Regular Castors, all four (4) Castors Swivel; Handles for Cabinets; Tie Down Straps for Computers All items will be shipped to the RTS Medical Training Site; 10000 South 11th Avenue; Fort McCoy, WI 54656. Contractors are instructed to provide a list of specifications if proposing an "equivalent" item, to quote their fastest delivery schedule, and to include shipping costs in the price of the items. Freight on Board (FOB) will be "Destination". This will be a Firm-Fixed Price type Contract and award will be based on lowest price, technically acceptable offer. Technical will be based on all of the items listed being quoted, and all of the quoted items meeting the minimum requirements listed. A quote that does not provide all of the items listed will be found "technically unacceptable". The Government reserves the right not to make any award for subject requirement. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 222-41 Service Contract Act; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-2 Protection of Government Buildings and Equipment; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.222-54, Employment Eligibility Incorporated by Reference Verification; FAR 52.219-9, Small Business Subcontracting Plan; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.243-1, Alt. 1 - Changes, Fixed Price; FAR 52.228-5 - Insurance - Work on a Government Installation. Contractor will also be required to comply with Army Contractor Manpower Reporting. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea; DFARS 252.201-7000 - Contracting Officer's Representative; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.246-7000 - Material Inspection and Receiving Report; DFARS 252.232-7010, Levies on Contract Payments; Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. In accordance with FAR 52.212-2, 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 Government reserves the right to make no award or partial award under subject Solicitation. The following evaluation criteria shall be used to evaluate offers: Technical (consisting of the proposed items meeting the specifications stated on the attachment, quoting all items listed, and providing adequate item specifications for any and all "equivalent" items quoted), past performance, and price. Any offer that does not quote all items will be found "technically unacceptable". Requested quotes are to be sent, via email, to joseph.m.haslach.civ@mail.mil by 10:00AM Eastern Standard Time (EST) on 24 September 2011. Questions are to be submitted, via email, no later than 5:00PM EST on 23 September 2011 to joseph.m.haslach.civ@mail.mil. All questions must be submitted in writing. If there are any technical issues with email, please call 609-562-2763. Please reference "Solicitation 0010078365 Security Cabinets" in the subject line of all correspondence. Thank you.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/355df5dd6afc4b69752aa74570fdea12)
 
Place of Performance
Address: MICC - Fort Dix (RC - East) 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02590141-W 20110925/110923235529-355df5dd6afc4b69752aa74570fdea12 (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.