Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
SOLICITATION NOTICE

59 -- INSTALL KEYCARD LOCKS AT BQ NAS LEMOORE

Notice Date
3/22/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T0383
 
Response Due
3/28/2005
 
Archive Date
4/27/2005
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-05-T-0383. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-01 and DFARS Change Notice 20050222. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is! 332510 and the Small Business Standard is 500 employees. This is a sole source action with Winfield Locks DBA Computerized Security Systems. The Fleet & Industrial Supply Center Seal Beach requests responses from qualified sources capable of providing: 20,000/each installation key card locks for 16 BQ buildings at NAS Lemoore. Line Item 0001: NAS Buildings 802, 804, 882, 885, 891, 892, 895, 896 and 897; Sub-Line Item 0001AA: 10,000/each Keycards, Sub-Line Item 0001AB: 563/each Saflok MT Multi-Technology Lock, Line Item 0001AC: 35/each Spare Locks, Sub-Line Item 0001AD: 112/each Custom Magwraps, Sub-Line Item 0001AE: 2/each Kit SMTB in US10B or US32D, DCI Power Supply, DCI Single Magnet, Touch Bar and Remote Control Unit, Sub-Line Item 0001AF: 27/each SL2500 Trim for Monarch 18R, Sub-Line Item 0001AG: 563/each Installation/Retrofit, Sub-Line Item 0001AH: 2/each Installation KIT SMTB, Sub-Line Item 0001AJ Installation RIM Exit Device. Line Item 0002: NAS Buildings 840, 843 and 848; Sub-Line Item 0002AA: 5,000/each Keycards, Sub-Line Item 0002AB: 511/each Saflok MT Multi-Technology Lock, Sub-Line Item 0002AC: 30/each Spare Locks, Sub-Line Item 0002AD: 132/each Custom Under Plates-Pair, Sub-Line Item 0002AE: 4/each SL2500 Trim for Monarch RIM, Sub-Line Item 0002AF: Monarch RIM Exit Device Includ! es Trim Lock, Sub-Line Item 0002AG: 511/each Installation/Retrofit, Sub-Line Item 0001AH: 6/each Installation Rim Exit Device. Line Item 0003: NAS Buildings 850, 852, 855 and 856; Sub-Line Item 0003AA: 5,000/each Keycards, Sub-Line Item 0003AB: 601/each Saflok MT Multi-Technology Lock, Sub-Line Item 0003AC: 40/each Spare Locks, Sub-Line Item 0003AD: 6/each SL2500 Trim for Monarch RIM On-Site Training included and complete software packaged program. Delivery 45 ARO at NAS Lemoore. FOB Destination. The following FAR provisions and clauses are applicable to this procurement: 2.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commerci! al Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52! .219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Ord! ers Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt III 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source. 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, the Government will consider all proposals received within fifteen day after date of publication of this synopsis. A determination by the Government not to compete 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. All responsible sources may submit a quote, which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at http://orca.bpn.gov. This announcement will close at 11:00PM local time on 28 March 2005. Contact Marty Daugherty who can be reached at 562-626-7368 or email martha.daugherty@navy.mil.
 
Web Link
Click here to learn more FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00773536-W 20050324/050322212557 (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.