Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2004 FBO #1035
SOLICITATION NOTICE

63 -- Vindicator Renovation

Notice Date
9/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F7SCXR42451200
 
Response Due
9/28/2004
 
Archive Date
10/13/2004
 
Point of Contact
Craig Goodrich, Contract Specialist, Phone 208-828-6479, Fax 208-828-2658, - Jody Desormeaux, Administrator, Phone 208-828-3109, Fax 208-828-2658,
 
E-Mail Address
craig.goodrich@mountainhome.af.mil, jody.desormeaux@mountainhome.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) RFQ F7SCXR4251200 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 561621; Small Business Size Standard: $10,500,000. (v) CLIN (0001) (1 Services, non-personal: contractor to furnish all labor, tools, parts, materials, facilities, transportation, and supervision necessary to upgrade the substandard wiring and incorrect or malfunctioning sensors of the Mountain Home AFB Vindicator alarm system. Renovate Vindicator Alarm system wiring, panels, and sensors IAW attached scope of work. (vi) SEE ATTACHED STATEMENT OF WORK (vii) FOB: Destination for delivery to: Communications Squadron, Mountain Home AFB, ID 83648. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-4 addendum to are included. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor?Cooperation with Authorities and Remedies; 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 Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal; FAR 52.203-3 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; (xiv) The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. (xv) Numbered notes: 1,22 (xvi) All quotes must be emailed to 2d Lt Goodrich at craig.goodrich@mountainhome.af.mil, or faxed to (208) 828-2658 with attention to 2d Lt Goodrich. Quotes are required to be received no later than 16:30 MST, Tuesday, 28 September 2004.
 
Place of Performance
Address: 366 Gunfighter Ave., Suite 498, Mountain Home, ID
Zip Code: 83648
Country: US
 
Record
SN00681341-W 20040926/040924211803 (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.