Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SOLICITATION NOTICE

58 -- INSTALLATION OF NEW INTERCOM SYSTEM AT THE MUNITIONS ASSESSMENT AND PROCESSING SYSTEMS (MAPS)FACILITY

Notice Date
7/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
0010694593
 
Response Due
7/22/2015
 
Archive Date
9/4/2015
 
Point of Contact
Toni M. Foster, 443-861-4729
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(toni.m.foster.civ@mail.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. Solicitation Number: 0010694593 Notice Type: Combined Synopsis/Solicitation 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. The solicitation number is 0010694593 and is issued as a Request for Quotation (RFQ). Under this requirement, the Army Contracting Command-Aberdeen Proving Ground (ACC-APG) intends to award a commercial, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The applicable North American Industry Classification Standard (NAICS) code is 238210. The small business size standard is $15.0M. This acquisition is unrestricted. ACC-APG intends to purchase the below contract line items: CLIN0001 Description: INSTALLATION OF NEW INTERCOM SYSTEM AT THE MUNITIONS ASSESSMENT AND PROCESSING SYSTEMS (MAPS)FACILITY Quantity - 1 Unit Price: Total Price: This item will be used by Edgewood Chemical Biological Center (ECBC). Services to include the shipment and replacement of the intercom system and cameras located at the Munitions Assessment and Processing System Facility, building E1457 on the Edgewood Area of Aberdeen Proving Grounds, Maryland. Completion shall be NLT 30 days after award date. Delivery, Inspection, Acceptance and FOB Point will be provided to awardee. Packaging shall be IAW standard commercial practices to ensure safe delivery to destination point. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). Technical Acceptable offerors will meet or exceed the specification attached. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the System for Awards Management (SAM) prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793), 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332), The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. Quotes must include company name, company DUNS number, CAGE code and point of contact information. The Defense Priorities and Allocation System (DPAS) do not apply to this acquisition. Site visit will be conducted on Monday, July 13, 2015 at 1pm EST. Please email toni.m.foster.civ@mail.mil if interested and for directions. All responsible sources should submit all questions to Toni M Foster via e-mail: toni.m.foster.civ@mail.mil by Wednesday, July 15, 2015, 1:00PM EST. Quotes are due by Wednesday, July 22, 2015, 1pm EST. Further details regarding the requirement can be found in the attachments: Performance Work Statement - PWS Drawings
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2dc4917ba3dee1b7c8cae9edddf05154)
 
Place of Performance
Address: Edgewood Chemical Biological Center (ECBC) Building E1457 Edgewood MD
Zip Code: 21010
 
Record
SN03786462-W 20150708/150706234717-2dc4917ba3dee1b7c8cae9edddf05154 (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.