Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SOLICITATION NOTICE

J -- Service and maintenance for Closed Circuit Television and Card Access Systems at Buildings 209, 213, 214, 312 at ANB Coronado and the Mark V @NASNI

Notice Date
10/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
R55638RC01A02
 
Response Due
11/1/2004
 
Archive Date
12/1/2004
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22. The agency need---Naval Special Warfare Group Three---- is to provide service and maintenance for Closed Circuit Television and Card Access Systems at Buildings 209, 213, 214, 312 at ANB Coronado and the Mark V @NASNI. The security system includes surveillance cameras, video monitors, video recording equipment, secure access entry and a computer badge system. This procurement is for maintenance services for equipment warrantied by National Security Works and for which National Security Works has the ! proprietary source codes for software configuration. The integrity of the system would be compromised and the warranty on existing equipment would be negated if awarded to other than National Security Works. Pursuant to FAR Part 12 and under authority of FAR 6.302 (see Note 12) the Government intends to solicit and negotiate with only 1 source. The proposed contract action is for supplies/services for which the Government does not have specifications and/or drawings to permit full and open competition. The Government intends to negotiate with National Security Works, 4400 Rainer Avenue, Suite 210, San Diego CA 92120. This notice of intent is not a request for proposals; however, all proposals received will be considered. A determination not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Navy. Information received will normally be considered solely for the purpose of determining whether or not to conduct a competi! tive procurement. Please direct all inquiries via email to the Contract Specialist prior to the closing date. The contractor is required to provide a total quote for the entire project inclusive of materials, testing and labor. Required delivery is to NAB Coronado and NASNI. The requirement is for a firm-fixed price type contract with a Base and 2 Options. Contractor is required to provide a technical plan explaining how they will meet the technical specifications and also a statement on its delivery schedule. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective of! ferors in providing information requested by the solicitation (including potential site visits, if requested) are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4! Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes?Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for! Certain Domestic Commodities; and DFARS 252.225-70001 Buy American Act and Balance of Payment Program. 52.244-6 Subcontracts for Commercial Items. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or 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 on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-35 F.O.B Destination, Within Consignee?s Premises. 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. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) compl! eted 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 furnish product literature that demonstrates that the offeror can meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company?s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PM (Pacific Savings Time), 1 November 2004 and will be accepted via FAX (619)-532-1088, Attn: Brian O?Donnell (619.532.3445) or e-mail brian.odonnell@navy.mil). ! Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00699960-W 20041029/041027212151 (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.