Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOLICITATION NOTICE

J -- Maintenance for Video Surveillance Systems Components

Notice Date
10/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024404T0005
 
Response Due
10/15/2003
 
Archive Date
11/13/2003
 
Point of Contact
Evangeline Rodriguez 619-532-2684 Evangeline Rodriguez, 619-532-2684
 
Description
DESC: IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitation issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http;//ccr.edi.disa.mil for information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combine synopsis and solicitation for Southwest Region Force Protection, this is for Maintenance Coverage for RS-4812-P2 Video Surveillance Systems Components, coverage includes quarterly on-site preventive maintenance visits and unlimited 800 telephone support. Coverage is limited to Master Processor PN MC-RX4800-SC (1 EA), Slave Processor, PN MC-RX4800-SL(1 EA), File Server, PN MC-RX4800-FS (1 EA), Ma trix Switcher, PN MC-VS1604 (1EA), Console Workstation, PN MC-RX4800-WS (1 EA), Looping Quad Video Multiplexor, PNMC-MISC (2 EA ). Defective items will be replaced with serviceable units or repaired no later than the next Business Day- following identification of failed components. Coverage does not protect against damage from lightning, fire weather, misuse, or abuse. Location of Equipment: Naval Weapons Station Seal Beach 800 Seal Beach Blvd., Bldg 110 Seal Beach, CA 90740-5000 POC: Phil Hardie, 562-626-7490 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. The standard industrial code is 3545, NAICS Code 421830. The provisions of FAR 52.212-1, Instructions to Offer-commercial Items applies. Offerors are required to complete and include a cop y of the following provisions with their proposals; FAR 52.212-3, Offeror Representation and Certification-Commercial Item, and FAR 52.222-48, exemption from application of Service Contract Act Provisions for Contracts for maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or office and Business Equipment-Contractor Certification. Clause 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5 material Requirement; 52.232-18, availability of funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies with the following applicable clauses for paragraph (b); FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affir mative Action for handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001, Buy American Act and Balance of payment Program, the government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provisions 52.212-2, Evaluation-commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price to be determined technically acceptable, the offeror must provide re ferences from at least three (3) current, major accounts where the contractor provides the same or similar services on the equipment outlined herein, and/or evidence of OEM certification as an authorized, factory-trained facility. All information requested in this announcement and in the instructions at FAR 52.212-1 must be included. Also be sure to include your company?s Cage Code, and DUNS, and TIN numbers and mailing remittances addresses. The RFQ will be available for download at the following Internet address: http://www.neco.navy.mil. All correspondence will be conducted via email at the following address: evangeline.rodriguez@navy.mil. Quotes must be received no later that RFQ due date on the RFQ. Quotes must be fax at (619-532-2347 CITE; (W266 SN253562).
 
Record
SN00449774-W 20031010/031008213302 (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.