Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

R -- Supplies and services for the upgrade of two multimedia communications rooms with Unclassified and Secret Video Teleconferencing Communications.

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3212
 
Response Due
9/17/2012
 
Archive Date
10/2/2012
 
Point of Contact
GINA K. JOHNSON 808-473-7554
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3212. This solicitation documents and incorporates provisions and clauses in effect through FAR FAC 2005-60 effective August 27, 2012 and DFARS DPN 20120906. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 517911 and the Small Business Standard is 1500 Employees. The Fleet Logistic Center Pearl Harbor Regional Contracting Department intends to award the proposed requirement as a Firm Fixed Price 100% Small Business set-aside contract utilizing FAR Parts 13 and 19. The Fleet Logistic Center Pearl Harbor, Regional Contracting Department requests responses from qualified sources capable of providing the items listed in the table below: Item 0001 Supplies and services for the upgrade of two multimedia communications rooms with Unclassified and Secret VideoTeleconferencing Communications. See specification of items required listed in the attached Performance Work Statement (PWS) SITE VISIT: A site visit is scheduled to be conducted on Sept. 14, 2012 at 0900 Hawaii Standard Time (HST). All prospective offerors shall attend this site visit to view the two conference rooms. Contractors are to assemble at Navy Munitions Command, East Asia Division Operations Office at 562 G Avenue, Building 562, Ewa Beach, Hawaii at least 15 minutes prior to the start of the site-visit, where a Government representative will be available to escort participants to the appropriate location(s). To make arrangements to attend, offerors should contact Mrs. Gina Johnson, Contract Specialist, via e-mail at: gina.johnson@navy.mil by 10:00 AM HST on Sept. 13, 2012. *Please try to limit the number of representatives to two (2) from each contractor. Representatives must comply with the site visit ground rules.* **Attendance at the site visit is mandatory in order to be considered for award.** Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52 52.215-5, Facsimile Proposals 52.216-24, Limitation of Government Liability 52.216-25, Contract Definitization 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchase 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification 52.232-36, Payment by Third Party 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.244-6, Subcontracts for Commercial Items 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments This announcement will close 17 September at 2:00 p.m., Hawaii Standard Time. Please contact Gina Johnson at 808-473-7554 or email gina.johnson@navy.mil with any questions you may have regarding the solicitation and/or required items. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/technically acceptable low quotes. To facilitate processing of your quote please include your DUNS number, CAGE CODE number and your Federal Tax Identification number on your quote. Vendor must be able to accept Government wide commercial purchase card. System for Award Management (SAM), Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a vendor point of contact, name and phone number, email address, business size, payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements including delivery and all associated charges. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3212/listing.html)
 
Record
SN02876430-W 20120913/120911235954-8becc70a2847969281261192c8794bb4 (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.