Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SPECIAL NOTICE

63 -- Security System for New High Explosive Magazines

Notice Date
2/16/2006
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-06-Q-0042
 
Response Due
2/24/2006
 
Description
The Naval Special Warfare Development Group (NSWDG), Virginia Beach, Virginia intends to negotiate on a sole source basis with ADT Security Systems, Inc. (Cage Code 8B981), 2550 Ellmire Avenue, Norfolk, VA 23513 for procurement of supplies for new high explosive magazines. This requirement will be procured in accordance with FAR 6.302-1 ?Only One Responsible Source Will Satisfy Agency Requirements?. Description of supplies being procured are as follows: Model ADT6197 Intrisically Safe PIR, Quantity 4 each Model RAID XXL 3632/3 VieoJet 8008, 8 Ch High Performance MPEG-4 Encoder Quantity 1 each Model VJ8008H800 Raid 5 Array 6.4 TB with 16 HDDS, for use with Vidos NVR Quantity 1 each Model Local Weather Type Enclosure, Quantity 3 each Lift Rental, Quantity 1 each Miscellaneous Material (consumables applicable to task), 1 lot The following provisions are incorporated into the RFP: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-5 Evaluation Commercial Items (Sep 2005); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also included are DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) which should be completed and submitted with the proposal. The following factors will be used to evaluate offers: Technical competence, and price. Technical weighs more than price. The following terms and conditions via an addendum to the contract shall be incorporated into any contract(s) resulting from this RFP: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Sep 2005). The Contractor shall comply with the FAR clauses in this paragraph that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005). The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clauses included in the combined synopsis/solicitation and resulting contract by reference to implement a provision of law applicable to acquisitions of commercial items or components: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998). Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with this solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at canderson@mail.nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information, must be in writing and submitted via email to Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be prepared and sent to the attention of Christine Anderson at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00pm Eastern Standard Time (EST) on 24 February 2006. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: NSWDG, 1636 Regulus Avenue, Virginia Beach, VA
Zip Code: 23461-2299
Country: USA
 
Record
SN00990057-W 20060218/060216213434 (fbodaily.com)
 
Source
FedBizOpps 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.