Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

58 -- Cellular Signal Distributed Antenna System

Notice Date
4/1/2020 8:39:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134020R0083
 
Response Due
4/13/2020 9:00:00 AM
 
Archive Date
04/28/2020
 
Point of Contact
Howard Rodriguez, Phone: 407-380-4409, Joseph A Liberatore, Phone: 4073804281, Fax: 4073804164
 
E-Mail Address
Howard.Rodriguez@Navy.Mil, joseph.liberatore@navy.mil
(Howard.Rodriguez@Navy.Mil, joseph.liberatore@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
����������� Combined Synopsis/Solicitation � Cellular Phone Tower Installation: N6134020R0083 This is a combined synopsis/solicitation for Construction Services prepared in accordance with the format in FAR subpart 13.3, 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. Combined synopsis/solicitation N6134020R0083 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/content/regulations inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-101. This procurement is being solicited on the basis of a small business 100% set-aside competition with an associated North American Classification System (NAICS) code of 334290, PSC 5895. NAWCTSD has a requirement to procure the following: All work shall be installed in accordance all Unified Facility Criteria (e.g. National Electric Code (NEC), Life Safety Code, etc.).�� Several requirements for this project are as follows: All applicable federal, state, and local codes shall be followed including but not limited to Unified Facility Criteria found at https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc Electrical modifications (Changes to existing circuits and locations) Ensuring all electrical work meets NEC requirements Ensuring that all work is tested to be complete and useable Ensuring dust and noise levels are kept to a minimum with daily cleanup. The CLIN Breakout is as follows: CLIN 0001 � Demolition of existing system Delivery address is: NAWCTSD Orlando ATTN: Efrain Rivera 12211 Science Drive Orlando, Florida 32826 See attached Statement of Work for requirement details. CLIN 0002 � Installation of new system Delivery address is: NAWCTSD Orlando ATTN:� Efrain Rivera 12211 Science Drive Orlando, Florida 32826 See attached Statement of Work for requirement details. (Option) CLIN 0003 � Maintenance of new system Delivery address is: NAWCTSD Orlando ATTN:� Efrain Rivera 12211 Science Drive Orlando, Florida 32826 See attached Statement of Work for requirement details. This requirement will have a completion date of 01 September 2020 Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the Offeror meeting the specifications of this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. All Offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. Going forward, all new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration.� More information can be found at www.gsa.gov/samupdate. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7 FAR 52.204-13 FAR 52.209-2 FAR 52.219-6 FAR 52.222-21 FAR 52.222-26 FAR 52.222-50 FAR 52.223-18 FAR 52.225-13 FAR 52.232-33 FAR 52.233-1 FAR 52.233-4 FAR 52.236-5 FAR 52.236-7 FAR 52.236-26 FAR 52.252-2 The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000 DFARS 252.203-7002 DFARS�� 252.203-7005 DFARS 252.204-7003 DFARS 252.204-7006 DFARS 252.204-7015 DFARS 252.232-7006 DFARS 252.232-7010 All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at https://www.acquisition.gov/content/regulations.� No DPAS rating applies. Offers are due no later than 1200 US Eastern Standard Time on 13 April 2020. Quotes will only be accepted by Contract Specialist, Howard Rodriguez via email at Howard.Rodriguez@navy.mil. Responses must include at least the solicitation number N6134020R0083; name, address and telephone number of Offeror; point of contact information, warranty information; discount terms, delivery date; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Howard Rodriguez, Contract Specialist, Tel: 407-380-4409. *Please note, due to the current COVID-19 situation, please be sure that all contractor personnel are not showing symptoms, and have not had any OCONUS travel within the last 14 days. Contractors will be asked these questions before granted permission to enter NAWCTSD Orlando.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50d41820f1264ad59dc80e0aa66127d8/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05607448-F 20200403/200401230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.