Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

N -- Intercom/Phone System in CDC 1, 2, 3 - Details/Specifications

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3655254
 
Archive Date
10/10/2015
 
Point of Contact
James S. Barrett, Phone: 240-612-5653
 
E-Mail Address
james.s.barrett25.mil@mail.mil
(james.s.barrett25.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Details/Specifications 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 F1D3655254 is being issued as a Request for Proposal (RFP) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. All responsible sources may submit an offer to be considered by the agency. 2. This requirement will be pursued as a woman-owned small business set-aside. The North American Industry Classification System (NAICS) code is 238210, and the small business size standard is $15.0M. 3. The Government will award a firm fixed price contract for purchase and installation of phone and intercom system in the Child Development Centers (CDC). The following items/services are being procured: CLIN Description Quantity Unit Price Total Price 0001 1140E IP deskphone - Graphite with English keycaps, no power supply 120 EA 0002 Cortelco 255444-VBA-20M Wall 44 (ASH) 12 EA 0003 Rugged Weatherproof Enclosure Gray 24 EA 0004 Freight 1 EA 0005 Cable to 71 existing wall mounted phone locations which covers three CDC's 24 HR 0006 Install Cat (6) plenum cable to 71 existing wall mounted phone locations 240 HR 0007 Wall, PLT, Phone, Flush, 1 Port, WH 85 EA 0008 Module, Cat 6, HD, 25PK, White 4 EA 0009 48 Port Patch Panel Cat 6 2 EA 0010 Wal Mounted Wsing Gate Equip Rck 2 EA 0011 3 Ft Cat 6 Patch cable blue 85EA 0012 Cisco Catalyst 3850-48P-S-switch -48 3EA 0013 Cat 6 Plus Prenum Blue Jacket (1000ft.) 17EA 0014 APC Smart - UPS SC 450VA 2EA 0015 Panduit NetManger Horizontal Cable Manager 2EA 0016 Materials/Other Direct Costs 1EA 4. Delivery Information Delivery address: Joint Base Andrews, MD 20762 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Jul 2013) 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a 'Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2014); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014) Alternate I (DEVIATION) (Feb 2000); 52.219-30 - Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Jul 2013) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.232-23 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. The contracting office address is as follows: 11 th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All proposals must be sent via e-mail to SSgt James Barrett at james.s.barrett25.mil@mail.mil. Proposals shall be submitted no later than 04:00 PM EST, 25 September 2015. Questions shall be submitted no later than 04:30 PM EST, 23 September 2015. Site visit will take place 09:00 AM EST, 23 September 2015. Interested participants to the site visit must e-mail their interest no later than 04:30 PM EST, 18 September 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3655254/listing.html)
 
Record
SN03890707-W 20150919/150917235309-c35997460fecd66d560adbf4933f771f (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.