Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2006 FBO #1572
SOLICITATION NOTICE

J -- ADT LEASED SECURITY SYSTEMS MAINTENANCE CONTRACT

Notice Date
3/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00161 Supply Department, U.S. Naval Academy 181 Wainwright Road Annapolis, MD
 
ZIP Code
00000
 
Solicitation Number
N4208206Q0226
 
Response Due
3/20/2006
 
Archive Date
4/19/2006
 
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 __N42082-06_-Q-_0226____. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. 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 _561621_ and the Small Business Standard is $10.5 mil___. FISC NORFOLK CONTRACTS DEPT/ANNAPOLIS requests responses from qualified sources capable of providing: CLIN 0001A MAINTENANCE CONTRACT FOR A LEASED SECURITY SYSTEM FROM ADT SECURITY SYSTEMS FOR A BASE YR PLUS FOUR (4)OPTION YEARS. It is our intention to award a sole source procurement to ADT SECURITY SYSTEMS. 3601 EISENHOWER AVE, ALEXANDRIA VA 22304. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items ,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; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-1, Buy-American Act/Supplies; 52.232-33, Payment by Electronic Funds Transfer .Central Contractor Registration. Quoters shall 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 Orders Applicable to Defense Acquisitions of Commercial Items. THIS ANNOUNCEMENT WILL CLOSE AT 1200 EST ON 16FEB06. CONTACT Ms. Binnie Baumgartner WHO CAN BE REACHED AT 410-293-3626 OR EMAIL baumgart@usna.edu [A determination by the Government to not compete this proposed ef fort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] Oral communications are not acceptable. All responsible sources may submit a quote which shall be considered by the agency. [See Numbered Note(s): 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids & past performance . The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsucces sful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. 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/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile, they must be mailed to: Base Supply, U S Naval Academy, 181 Wainwright Road, Annapolis MD 21402-5007 Attn: Ms. Binnie Baumgartner. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This requirement is UNRESTRICTED. See note 22. ******* End of Combined Synopsis/Solicitation ********
 
Record
SN01007281-W 20060317/060315212655 (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.