Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2004 FBO #0885
MODIFICATION

58 -- BaseWide Voice And Siren System

Notice Date
3/5/2004
 
Notice Type
Modification
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road Unit 31, Youngstown ARS, OH, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
Reference-Number-5820PWPS2805
 
Response Due
3/24/2004
 
Point of Contact
Jason Gallo, Contract Specialist, Phone 330-609-1698, Fax 330-609-1042, - Jacqueline Rogers, Contract Specialist, Phone 330-609-1155, Fax 330-609-1042,
 
E-Mail Address
jason.gallo@youngstown.af.mil, jacqueline.rogers@youngstown.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a supplement to amendment 1, and deletes page 2. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 5820PWPS2805 and is issued as a Request for Quotation (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2001-20, Effective 23 Feb 2004 and & Class Deviation 2003-o0003. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit a quotation, which shall be considered by the agency. This acquisition is reserved as a 100% TOTAL SMALL BUSINESS SET-ASIDE and the North American Industry Classification System (NAICS) code for this acquisition is 334290, with a Small Business Size Standard of 500. The order awarded as a result of this solicitation will be a DO rated order for national defense use under the Defense Priorities and Allocations System (DPAS) and the Contractor will be required to follow all of the requirements of this regulation. The government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) under FAR Part 13. IMPORTANT NOTICE: Pursuant to FAR 52-232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and DFARS 252.204-7004 Required Central Contractor Registration requires contractors be registered in the CCR Database; award cannot be made unless contractor is registered. Contractors may register online at HTTP://WWW.ccr.gov. Please identify your business size in your response based upon this standard. The requirement is for the Contractor to furnish all supervision, labor, materials, tools, equipment, apparatus and transportation necessary to remove/replace/dispose of existing alert/warning/siren system, including tower, from the rooftop of Bldg 407 and to design, provide, install, and test an operational turnkey Basewide Voice and Siren System (BVSS) at Youngstown ARS, Ohio in accordance with the terms of the order and the Statement of Requirement (SOR) dated 17 Oct 2003, Revised 26 Feb 04, with attachments. Required delivery date is _60_ calendar days after receipt of the award. The following provision applies to this acquisition and is hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors--Commercial Items. The government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a). Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a cost or price and technical standpoint. Solicitation Provision FAR 52.215-5 Facsimile Proposals applies (c. FAX Nbr 330-609-1042). The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1) technical capability of quoted item and 2) price. Best Value will be based on an integrated assessment of the two factors with technical capability being of greater importance than price. The government reserves the right to award to the “other than low” offeror, if it is in the Government’s best interest. Provisions FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certification apply to this acquisition. Offerors are required to include completed copies of these provisions with their quote. (The provisions in full text are made available on the FBO site at the solicitation number above). The following FAR and DFARS Clauses apply 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 and Executive Orders-Commercial Items. The following additional clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.204-7004 Required Central Contractor Registration. NOTE: The full text of the FAR and DFARS Clauses may be accessed on the internet as follows: FAR: http://farsite.hill.af.mil/vffara.htm; DFARS: http://farsite.hill.af.mil/vfdfara.htm Quotes are due no later than 3:00PM EST on 24 March 2004 at 910th LG/LGC BLDG 504, ATTN Jason Gallo, Youngstown Air Reserve Station, 3976 King Graves RD-Unit 31, Vienna Ohio 44473-5931. Quote to include company name, address, point of contact, signature and title of person authorized to quote for the company, as well as copies of technical support documents, manuals, brochures, and/or specification sheets for each proposed product for use in technical review of the quote. See Note 1.***** NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFRC/910LGLGC/Reference-Number-5820PWPS2805/listing.html)
 
Place of Performance
Address: 3976 King Graves Rd Vienna Ohio
Zip Code: 44473
Country: USA
 
Record
SN00573826-F 20040429/040427212900 (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.