Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

70 -- Indian Island Lot 828 Intrusion Detection System

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Information Technology Service (10TR), 4040 Wheaton Way, Suite 111, Bremerton, WA, 98310
 
ZIP Code
98310
 
Solicitation Number
IS0002
 
Response Due
11/22/2002
 
Archive Date
12/7/2002
 
Point of Contact
Frank Gilger, Acquisition Support Specialist - ITS Corporation, Phone (360)373-1701 x32, Fax (360) 415-5618, - George Fouts, Computer Specialist, Phone 360-475-6856, Fax 360-782-2056,
 
E-Mail Address
frankg@itsfed.com, george.fouts@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only REQUEST FOR QUOTATION (RFQ); quotes are requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. RFQ No. (Solicitation Number) IS 0002 is issued as a Request for Quotation (RFQ) under FAR Part 13, Simplified Acquisition Procedures. The complete solicitation is enclose. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-07. This procurement is in support of Indian Is Naval Base, Washington and their technical requirements are specified in the enclosed. Intrepid Micropoint Cable fence mounted perimeter intrusion detection system with CCTV surveillance. Responding vendors must be authorized reseller and installer for the Intrepid Micropoint system, in the state of Washingtion, to be considered for the solicitation. Requirements equipment list and Statement of Work can be obtained via email (address provide below) only. NO PHONE CALLS WILL BE EXCEPTED. This procurement is set aside for small business. Offers are being solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected (unless only offers from none small business concerns are received). The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this notice will be most advantageous, representing the best value to the government, price, and other factors considered. A Purchase Order will be awarded. The provisions at 52.212-1 Instructions to Offerors ? Commercial Items and 52.212-2 Evaluation ? Commercial Items, applies to this solicitation/acquisition. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executives Orders ? Commercial Items apply to this acquisition (specifically (but not excluding) all of 52.212-4 and 52.212-15 parts 52.203-2,52.209-6,52.213-1,52.214-4,52.212-5,52.222-3,52.233-3,52.203-6,52.222-21,52.222-26,52.222-35,52.222-36,52.222-37,52.222-19,52.225-1,52.225-3,52.225-13,52.232-34,52.239-1,52.229-3,52.232-11,52.232-18,52.232-23,52.243-1,52.247-1,52.247-29,52.247-34,52.249-1,52.249-8, and GSAM Clauses: 552.211-75,552.211-77,552.229-70,552.232-70,552.246-17,552.249-70,552.249-71,552.252-5,552.252-6). The FAR provisions and clause are hereby incorporated by reference. The potential awardee will be required to register in the IT-Solutions Shop at https://it-solutions.gsa.gov for the post-award process and the submission of invoices. Aproposals must be received by 4:00 PM PST, 11/22/02 to be considered by the government. Inquiries and proposals will only be accepted electronically by email at Frank Gilger - frankg@itsfed.com or by fax to 360-415-5618.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FTS/10TR/IS0002/listing.html)
 
Place of Performance
Address: Indian Island, Washington
Zip Code: 98315
Country: USA
 
Record
SN00208700-F 20021122/021120220152 (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  © 1994-2020, Loren Data Corp.