SOLICITATION NOTICE
62 -- Studio Lighting Project for JFHQ- Hanscom AFB
- Notice Date
- 4/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335122
— Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
- Contracting Office
- USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
- ZIP Code
- 01757-3604
- Solicitation Number
- W912SV-12-T-0019
- Response Due
- 4/22/2012
- Archive Date
- 6/21/2012
- Point of Contact
- Margaret Leslie Sullivan, 508-233-6670
- E-Mail Address
-
USPFO for Massachusetts
(margaret.l.sullivan@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 RFQ is for Design, purchase and installation and maintenance of a complete studio lighting project. Statement of Work **see attached for complete details** Instructions: Submit your quote in writing on letterhead with your Tax ID#, Duns# and CCR cage code# with a point of contact NLT Midnight (12am) 23 April 2012 to margaret.l.sullivan@us.army.mil. All questions must be submitted in writing to Margaret via email NLT 12 pm (noon) April 18, 2012. All answers will be posted by 12pm (noon), April 19, 2012. **Please be sure to view all attachments.** Please be sure to break out pringing by 1)Design, 2) equipment by each item, 3) Installation and lastly 4) maintenance. The Government intends to evaluate proposals and make award(s) without discussion with offerors (except for needed clarification as per FAR 15.306 (a). Therefore, your iitial proposals should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Government discretion, offerors may be asked for more information or to clarify their offer, request discussion if the Contract Officer later deems it necessary. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality service and facility that meets the Government's needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. Technical factors combined are approximately equal to price. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provision can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. 1) FAR 52.204-7 - Central Contractor Registration 2) FAR 52.201-1 - Instructions to Offerors--Commercial Items 3) FAR 52.212-2 - Evaluation--Commercial Items 4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I 5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items 6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a. FAR 52.222-3 - Convict Labor b. FAR 52.222-21 - Prohibition of Segregated Facilities c. FAR 52.222-26 - Equal Opportunity d. FAR 52.222-36 - Affirmative Action for Workers with Disabilities e. FAR 52.222-50 - Combating Trafficking in Persons f. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving g. FAR 52.225-13 - Restrictions on Certain Foreign Purchases h. FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration i. FAR 52.232-36 - Payment by Third Party j. FAR 52.233-3 - Protest After Award k. FAR 52.233-4 - Applicable Law for Breach of Contract Claim 7) FAR 52.252-2 - Clauses Incorporated by Reference 8) DFARS 252.203-7000 Requirements relating to Compensation of Former DoD Officials 9) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 10)DFARS 252.204-7004 Central Contractor Registration, Alternate A 11)DFARS 252.209.7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 12)DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III 13) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 14) 252.232-7010 Levies on Contract Payments 15) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offer may obtain information on registration at www.ccr.gov. Also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-12-T-0019/listing.html)
- Place of Performance
- Address: USPFO for Massachusetts 50 Maple Street, Milford MA
- Zip Code: 01757-3604
- Zip Code: 01757-3604
- Record
- SN02722167-W 20120415/120413235456-68b521be466a2869160236be28bc737f (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 |