Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

J -- Monthly and Annual Maintenance of Building Automation System

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Pacific, 1080 Vicennes Ave., Suite 100 Bldg 487, Pearl Harbor, HI, 96860-4535
 
ZIP Code
96860-4535
 
Solicitation Number
HC1019-04-Q-0013
 
Response Due
9/21/2004
 
Archive Date
10/6/2004
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as request for proposal No. HC1019-04-Q-0013. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The Government intends to solicit and negotiate with only one source, Trane, Division of American Standard, Inc.; c/o Trane Pacific Service, 330 Sand Island Access Road, Honolulu, Hawaii, 96819, under the authority of FAR 6.302. The North American Industry Classification System is 811310, $6.0 M. Contract Line Items: Monthly and annual maintenance of the Tracer Summit Building Automation System for the EMSS Gateway Facility, NCTAMS, Wahiawa, Oahu, Hawaii. Work includes both remote and on-site service, excluding parts, for the control system as a whole, including program backups, minor program modification, additional training and system verification. Equipment includes user workstations/Summit software, building control unit, UPCM?s, PCM?s, end devices. CLINs: 0001, Base Year, October 1, 2004 through September 30, 2005; 0002, Option Year One, October 1, 2005 through September 30, 2006; 0003, Option Year Two, October 1, 2006 through September 30, 2007; 0004, Option Year Three, October 1, 2007 through September 30, 2008; 0005, Option Year Four, October 1, 2008 through September 30, 2009. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial and FAR 52.212-2, Evaluation?Commercial Items apply to this acquisition. The government will award a contract resulting from this solicitation to the low, responsible, responsive offeror. The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. The clauses at 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, apply to this acquisition. The following FAR clauses are also applicable to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity (E.O. 11246) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 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 52.222-41, Service Contract Act of 1965, As Amended FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Labor Standards and Service Contract Act ? Price Adjustment (Multiple Year and Option Contracts) FAR 52.225-3, Buy American Act?North American Free Trade Agreement? Israeli Trade Act--Balance of Payments Program FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. FAR 52.247-64, Preference for Privately-Owned U.S.-Flag Commercial Vessels SP-FORTY-FOUR, REQUIRED CENTRAL CONTRACTOR REGISTRATION (DFARS 252.204-7004)(March 1998) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Offers for this acquisition are due on September 20, 2004, 2:00 P.M. Hawaii Standard Time. Email offers to: linda.okimura@pharbor.disa.mil; OR, Fax offers to: DITCO-PAC, Attn: Linda Okimura, (808)473-2768. The point of contact for this acquisition is Ms. Linda Okimura, (808) 473-2768.
 
Place of Performance
Address: EMSS Gateway Facility, Building 108, Saipan Drive, NCTAMSPAC, Wahiawa, Hawaii
Zip Code: 96786
Country: Honolulu
 
Record
SN00674642-W 20040918/040917083545 (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.