Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2003 FBO #0580
SOLICITATION NOTICE

58 -- CCTV SYSTEM, INCLUDING MAINTENANCE AND TROUBLE CALLS

Notice Date
6/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Regional Supply Office Norfolk, 9456 Fourth Ave Bldg V-53, Norfolk, VA, 23511-2120
 
ZIP Code
23511-2120
 
Solicitation Number
N62688-03-Q-4004
 
Response Due
7/15/2003
 
Archive Date
7/30/2003
 
Point of Contact
Barbara Woolridge, Purchasing Agent, Phone 757-444-4034, Fax 757-444-3081, - Mary Tuttle, Supervisory Purchasing Agent, Phone 757-444-4032, Fax 757-444-3081,
 
E-Mail Address
bwoolridge@nsn.cmar.navy.mil, mtuttle@nsn.cmar.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: THIS REPLACES FEDBIZOPS N62688-03-Q-4002 WHICH WAS CANCELLED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. Requests for Quotes (RFQs) are being solicited for this procurement. A written solicitation document will not be issued. The Regional Support Office intends to purchase, on a full and open competitive firm-fixed price basis, the following services on ?an all or none? basis: CLOSED CIRCUIT TV services, inclusive of the provision of all facilities, supplies, equipment, labor and maintenance. The Statement of Work (SOW), in its entirety, may be received by calling B. Woolridge AT 757-444-4034 or via e-mail. All proposals shall state FOB destination, Norfolk, VA. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 1999). Offers are required to submit the following: a written proposal on letterhead or the SF 1449 Solicitation/Contract/Order for Commercial Items, signed and dated that contains the requested services with unit prices(s), extended price(s), prompt payment terms, remittance address if different than the mailing address, descriptive literature of items being quoted, solicitation number, time specified in the solicitation for receipt of proposals, name, address, and telephone number of the offeror, terms of any express warranty. All proposals shall contain all other responses/documentation specified in the SOW. If the proposal is not submitted on the SF 1449, responses shall include a statement specifying the extent of the agreement with all terms, conditions, and provisions in the solicitation. Responses that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Provision FAR 52.212-2, Evaluation-Commercial Items: The Government will award a contract for ________(period of time) resulting from this solicitation to the respondent whose proposal conforms to the solicitation, and offers the best value to the government. The following factors will be used to evaluate offers: 1) past performance; 2) technical approach, financial report from bank ,(i.e., ___________________; 3) Compliance with all required permits, certifications and/or licenses required by federal, state and local authorities 4) overall price to the government. Past Performance shall be determined by submission of the following: 1) The five (5) most recently completed Government, State and/or local contracts, completed in the past five (5) years, which are in any way relevant to the effort required in this solicitation. Also include the following for each contract: 1) Contract number; 2) Contract period of performance; 3) Contract type; 4) Dollar value of the contract; 5) Detailed description of the work performed; and 5) Name, position, title and current telephone number (with area code) of the point of contact. All Government minimum needs as stated above will be evaluated. Reponses will include a completed copy of the representations and certifications at provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. Wage Determination No. 49-0000, for Norfolk, VA, as applies to this acquisition by submitting a request via e-mail to the ____________________ at b.woolridge@nsn.cmar.navy.mil or fax 757-444-3081. The following clauses apply to this solicitation and are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following numbered subparagraphs (1),(5),(7), (11), (12), (13),(14) and (15), 52.215-5, Facsimile Proposals, 52.217-8, 52.222-42, Service Contract Act of 1965, as Amended, 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts); and 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. The following DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 1) DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995); 2) DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252-204.7004, Required Central Contractor Registration (MAR 1999). FAR 52.202-4 Contract Terms and Conditions ?Commercial Items (APR 1998), FAR 52.212-5 Contract Terms and Conditions required to implement statues or Executive Orders ? Commercial Items (OCT 1998), FAR 52.215-5 Facsimile Proposals (1) 757-444-3081 (OCT 1997), FAR 52.219-6 Notice of Total Small Business Set-aside (JUL 1996), FAR 52.219-8 Utilization of Small, Small Disadvantaged and Women-owned Small Business Concerns (OCT 1999). FAR 52.232-33 Payment by Electronic Funds FAR 252.204.7004 Required Central Contractor Registration FAR 52.202-4 Contract Terms and Conditions -- Commercial Items (APR 1998) FAR 52.212-5 Contract Terms and Conditions required to implement statues or Executive Orders -- Commercial Items (OCT 1998) FAR 52.215-5 Facsimile Proposals (1) 757-444-3081 (OCT 1997) FAR 52.219-6 Notice of Total Small Business Set-aside (JUL1996) FAR 52.219-8 Utilization of Small, Small Disadvantaged and Women-owned Small Business Concerns (OCT 1999) DFAR 252.212-7001 Contract Terms and Conditions required to implement statues or Executive orders applicable to Defense Acquisitions of Commercial Items (MAR1998) DFAR 252.225-7012 Preference for certain Domestic Commodities (MAY 1999) DFAR 252.225-7014 Preference of Domestic Specialty Metals, Alternate I (MAR 1998) DFAR 252-232.25 Brand Name or Equal (DEC 1991) FAR 5252.NS-045C Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.233-3 Protest after Award (AUG 1996) FAR 52.204-3 Taxpayer Identification (MAR 1994) FAR 52.222-26 Equal Opportunity (APR 1984) FAR 52.222-37 Affirmative Action of Special Disabled and Vietnam Era Veterans (APR 1984) FAR 52.222-37 Affirmative Action for Handicapped Workers (APR 1984) FAR 52.225-3 Buy American Act-Supplies (JAN 1994) FAR 52.225-1 Buy American Certificate (Dec 1989) The offeror certifies that each end product, except those listed below, is a domestic end product (as defined in the clause entitled ?Buy American Act- Supplies?), and that components of unknown origin are considered to have been mined, produced, or manufactured outside the United States. Excluded End Products County of Origin_________________ Offerors may obtain from the Contracting Officer lists of articles, materials, and supplies excepted from the Buy American Act. Response time: All responses to this solicitation are due by > N00N_ on July 15, 2003, and shall be sent to the Attn: Barbara Woolridge, Reference RFQ #. The site visit will be on July 9, 2003 at 1300 at the Naval Brig, Norfolk, Va. Must call to notify of attendance. Contact Mike Stewart 757-445-4638. Note SECRET CLEARANCE IS REQUIRED BY SUCCESSFUL BIDDER AND THEIR WORKERS FOR AWARD OF THE PURCHASE ORDER. See note 1, 22*****
 
Place of Performance
Address: NAVAL STATION NORFOLK BRIG, NORFOLK, VA
Zip Code: 23511
 
Record
SN00360383-W 20030702/030630213618 (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.