Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

59 -- PROJECT TITLE:Command Post ORBACOM system removal.

Notice Date
12/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
155 ARW/MSC, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
F8E0SG1333A001
 
Response Due
12/12/2011
 
Archive Date
2/10/2012
 
Point of Contact
Tonja Buchholz, 402-309-7544
 
E-Mail Address
155 ARW/MSC
(tonja.buchholz@us.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 solicitation, F8E0SG133A001, is being issued as a Request for Quotation (RFQ.) This solicitation document and incorporated provisions and clauses are a 100% small business set-aside IAW FAR 19-502.2(a). The NAICS code is 238210 and the small business size standard is $14 million. I. SCOPE OF WORK: The work covered by this Statement of Work consists of furnishing all labor, equipment, tools, materials, travel, licenses, programming and testing, consumables and permits required to perform the work described herein. This project consists of the removal and de-commissioning of the Command Post ORBACOM Console Communications System which resides in the 155th ARW Command Post (Bldg. 2945, Room 112c) and the Operations Group Bldg. Communications Closet (Bldg. 2945, Room 101) at the Nebraska Air National Guard in Lincoln, NE. In the Command Post (Bldg. 2945, Room 112c) the contractor shall completely remove, inventory, package, and palletize for future shipment/disposition all ORBACOM Console communications system components and associated peripheral support equipment to include but not limited to; two (2) control stations (PCs and monitors), any associated Uninterrupted Power Supplies (to include removal and preparation of batteries for turn-in as hazardous waste), and any connections/wiring utilized by this system to connect back to the Operations Group Bldg. Communications Closet (Bldg. 2945, Room 101). The contractor will revert command post magnetic door controls from ORBACOM control back to manual control. In the Operations Group Bldg. Communications Closet (Bldg. 2945, Room 101) the contractor shall completely remove, inventory, package, and palletize for future shipment/disposition all ORBACOM Console communications system components and associated peripheral support equipment to include but not limited to; removal of the ORBACOM communications rack and voice recording components, removal of all radio/telephonic control cards (placing them in anti-static bags), removal of the ORBACOM server and monitor, any associated Uninterrupted Power Supplies (UPS) (to include removal and preparation of batteries for turn-in as hazardous waste), and any connections/wiring utilized by this system. Special Note: All existing radio connections/equipment within the Operations Group Bldg. Communications Closet (Bldg. 2945, Room 101) will be utilized by the new incoming console communications system and will remain in place. The end goal is to remove all ORBACOM systems and give control of command post doors, phone and radio back to the command post in a state prior to the installation of the ORBACOM system. II. REQUIRED SERVICES A. PERFORMANCE STANDARD: The contractor is solely responsible for the quality of the removal and de-commissioning of the Command Post ORBACOM Console Communications System. B. SUBMITTALS: Provide three copies of your company's Safety Plan or equivalent. The following provisions and clauses apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items. Quotes will be evaluated and awarded to the offerer with the lowest price technically acceptable. The provision at FAR 52.212-3, Offerer Representations and Certifications - Commericial Items, and the offereor must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41 Service Contract Act of 1965. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.201-7000, Contracting Officer's Representative, DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Invoicing. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to shall be considered for award. All quotes must be sent to MSgt Tonja Buchholz at: FAX 402-309-7549; email Tonja.buchholz@us.army.mil or mail directly to 1234 Military Rd, Lincoln NE 68508. Quotes are required to be received no later than 1:00PM CST, Monday, December 12, 2011. Statement of Work12/6/2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25-1/F8E0SG1333A001/listing.html)
 
Place of Performance
Address: 155 ARW/Operations 2420 W Butler Ave Lincoln NE
Zip Code: 68524
 
Record
SN02633864-W 20111208/111206234000-22f4107103a7c312fa5cef59d644a6ba (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.