Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2002 FBO #0349
MODIFICATION

23 -- Amendment to solicitation notice for the purchase of a custom made mobile command post with five workstations installed.

Notice Date
11/14/2002
 
Notice Type
Modification
 
Contracting Office
128 ARW/LGC, General Mitchell IAP ANG Base, 1919 East Grange Avenue, Milwaukee, WI 53207-6199
 
ZIP Code
53207-6199
 
Solicitation Number
DAHA4703Q0102
 
Response Due
11/30/2002
 
Archive Date
1/29/2003
 
Point of Contact
James M. Ensign, 414-944-8466
 
E-Mail Address
Email your questions to 128 ARW/LGC
(james.ensign@wimilw.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Amendment A00002 A. This amendment replaces amendment A00001 that contained errors and to priorize the additive items in their correct order. B. This amendment is being issued to make provisions to include Additive Or Deductive Items and to extend the due date to allow additional time for revised quotes. C. The new solicitation due date is extended to 30 November 2002. D. Additive Items are listed below: a. One (1) light duty pan and tilt, combination pan, zoom controller, outdoor camera enclosure with heater and blower. One (1) ultra high color video camera requiring minimum object illumination (recommended Camera is Phillips Model-System 4. Pre-wire mast , camera to TV cabinets to communication closet location and label; b. Install one automatic RV digital satellite system Price $____________ with antenna up warning device. Includes reflector, lift system, LNBF and positioner with remote control; c. Furnish and install one (1) 19? color TV/VCR; Price $____________ d. Furnish and install one (1) 19? color TV/DVD; Price $____________ e. Install one (1) approximate length 23 foot color Price $____________ awning with the following features: i. 100% vat dyed acrylic fabric with a manufacturers five year guarantee against loss of color or strength due to normal exposure, including sunlight, atmospheric chemical and mildew or rot. ii. Polished aluminum stated wrap around cover. iii. Center support arm. iv. Plastic rollers on body doors to prevent awning damage. v. Interior storage for awning pull rod; f. Install four (4) ergonomic chairs with high backs, Price $____________ armrests, five caster spider base and adjustable height (color Black or dark Blue) g. Black-out curtains Price $____________ i. Provide black-out curtains for all cab area windows: 1. Black out curtains to be custom fit to cab windows; 2. Material to be guaranteed not to fade, mildew, or rot for five years; 3. Seams are to be double stitch/single fold Velcro fastens; h. Install an alarm system. System includes: Price $____________ magnetic contacts on all entry doors, exterior storage compartment doors, dual tech motion sensors, siren and bell; E. The provision below is substantially incorporated as follows (for the purposes of this solicitation quoter and bidder are synonymous and this is not a sealed bid): i. Additive Or Deductive Items (March 1989) ii. The low bidder for purposes of award shall be the conforming responsible bidder offering the low aggregate amount for the first or base bid item, plus or minus (in order of priority listed in the Schedule) those additive or deductive bid items providin g the most features of the work within the funds determined by the Government to be available before bids are opened. If addition of another bid item in the listed order of priority would make the award exceed those funds for all bidders, it shall be skip ped and the next subsequent additive bid item in a lower amount shall be added for each bid if award on it can be made within the funds. iii. An example for one bid is an amount available of $100,000, a bidder's base bid of $85,000, and four successive additives of $10,000, $8,000, $6,000, and $4,000. In this example, the aggregate amount of the bid for purposes of award would be $99,000 f or the base bid plus the first and fourth additives, the second and third additives being skipped because either of them would cause the aggregate bid to exceed $100,000. iv. All bids shall be evaluated on the basis of the same additive or deductive bid items. The listed order of priority must be followed only for determining the low bidder. After determination of the low bidder, award in the best interests of the Governm ent may be made to that bidder on its base bid and any combination of its additive or deductive bid items for which funds are determined to be available at the time of the award, provided that award of the combination of bid it ems does not exceed the amount offered by any other conforming responsible bidder for the same combination of bid items. (End of Provision) F. All items listed above require a submittal of Brand Name and model number along with quote (i.e. vendor will furnish proposed brand and model number of TV/VCR, camera, and fabric colors, etc... with quote for evaluation.) G. All other terms and conditions remain unchanged.
 
Place of Performance
Address: 128 ARW/LGC General Mitchell IAP ANG Base, 1919 East Grange Avenue Milwaukee WI
Zip Code: 53207-6199
Country: US
 
Record
SN00205002-W 20021116/021114213325 (fbodaily.com)
 
Source
FedBizOpps.gov 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.