Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657

Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305

D -- SATELLITE MIGRATION PROJECT SOL Reference-Number-F4022001230100 DUE 081800 POC Debi Weems, Contract Specialist, Phone (202) 767-7934, Fax (202) 767-7812, Email debi.weems@bolling.af.mil -- Natalie Sitkowski, Contract Specialist, Phone 202-767-7944, Fax 202-767-7812, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=Reference-Number-F4022001230100&LocID=207. E-MAIL: Debi Weems, debi.weems@bolling.af.mil. 11TH Contracting Squadron/LGCN, Bolling AFB DC, intends to negotiate purchase request number F4022001230100 for installation, conduit, parts, tools and equipment needed to install cable/conduit. Splitting the one satellite line to three from three specified offices through specific pathways to antenna sites #1, 2, 3, and 4. Two 4_ EMT conduits from existing antenna to CJCS Communications will be installed with self supporting braces along roof top, conduit running into the light well will be supported by Unistrut and Unistrut straps. Portions of conduit and cabling will be routed through Telco closets from the fifth floor to the second floor mechanical room then specified closet. Termination by contractor. Antenna #4 new connection across D Wing to existing j-box reference point 127/132, connections from 1B1046 to each antenna site #5 and 6. Termination of cable by others. SCIF rating will be restored upon entering the termination point location. Work must be completed no later than 31 Aug 00 due to mission requirements and must be completed using junction boxes, expansion fittings etc. where necessary to accommodate building structure and bend radius. Contractor will be responsible for locating and removing previously installed cable, heliax, and conduit for antenna_s #1 through 8. Disposal of cables by Government. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, work to be completed not later than 31 Aug 00. The following factors shall be used to evaluate offers in descending order: technical capability of the item/service offered to meet the Government requirement; meeting the high priority completion date, performance history, price. A site visit by appointment is required prior to bid submission, late submissions will not be accepted. Offerors shall provide back-up information supporting the price offered. Service and supplies shall be listed separately, service listed by labor category and hourly wage, estimated number of hours required to perform the work. This could take the form of the most recent catalog price list, invoices from previous sales of same items, services, estimated labor hours and hourly rate, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications _ Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications _ with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions _ Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses are applicable: 52.203-3, Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate 1; 52.212-1Instructions to Offerors_Commercial Items; 52.212-4 Contract Terms and Conditions_Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business concerns; 52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 99), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act Supplies, and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration); 52.246-4 Inspection of Services_Fixed Price; 52.247-34 F.O.B. Destination. The following DFARS clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, 252.243-7002, Requests for Equitable Adjustment, 252.246-7000, Material Inspection and Receiving Report. The Government reserves the right to award the contract without initiating discussions. Responses to this solicitation are due by 1300 hrs (1:00p.m.) on 17 AUG 00. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal and the Representations and certifications (FAR 52.212-3 and DFARS 252.212.7000) to be sent to 11 CONS/LGCN, 110 Luke Ave Rm 250, Bolling AFB, DC 20332-0305. Fax responses are acceptable at (202) 767-7814, or e-mail to Debi.Weems@bolling.af.mil. No telephone inquiries will be accepted. The SIC Code assigned to this project is 7379. Posted 08/02/00 (D-SN481524). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0035 20000804\D-0006.SOL)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |


Created on August 2, 2000 by Loren Data Corp. -- info@ld.com