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
|
|
|