Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOLICITATION NOTICE

Y -- Installation of Motorized Keypad Gates, bollards adn loop detectors

Notice Date
3/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-15-Q-0045
 
Point of Contact
Michael Hayes Minto, Phone: 7177706145
 
E-Mail Address
michael.minto@dla.mil
(michael.minto@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor is to furnish all labor, material, transportation, supplies and supervision necessary for the installation of 3 keypad controlled gate operators for the Base Requirement with two additional Option Line Items for the installation of Bollards and the Installation of Interrupt (Safety) Loop Detectors at DLA Distribution San Joaquin, CA. Scope of work includes, but is not limited to, the following: The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. 1. Project Description: Basic Requirement 2. Provide and Install Motorized Gate Openers 3. Provide and Install Keypad Control Units 4. Provide and Install Power and Control Wiring to Gate Openers and Keypads. 5. Provide for Soil and Waste Asphalt Management Additional Work that may be optioned: Option A) Provide and Install Bollards Option B) Provide and Install Interrupt (Safety) Loop Detectors All work shall be performed complete and in accordance with the statement of work and drawings. Period of Performance: The contractor is required to execute the work diligently and complete the entire project, ready for use no later than 60 calendar days after the award/NTP of the purchase order. The time stated for completion shall include final clean-up of the premises. (Section 00700, FAR 52.211-10). Work shall be accomplished during normal working hours (Mon.-Fri. 0700 to 1530). Any power outages shall be scheduled at least 72 hours in advance. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238990. The small business size standard is $14,000,000. The magnitude of this construction effort is between $25,000 and $100,000. The tentative timeframe for issuance of the Request For Quotation (RFQ) SP3300-15-Q-0045 for the above stated requirement is on or around March 30, 2015. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the RFQ. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Michael Minto at Michael.Minto@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the quote closing date. Failure to acknowledge amendments may render your quote ineligible for award. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the SAM database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done online at: www.sam.gov Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the SAM database. All responsible small business concerns may submit a quote which shall be considered by this agency. The Government intends to award one purchase order as a result of the RFQ. Award will be made to the lowest responsive, responsible quoter. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-15-Q-0045/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin, California, 25600 South Chrisman Rd, Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN03675046-W 20150322/150320235331-2ffb46169a79255ea25ee533c30e04be (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.