Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2006 FBO #1605
MODIFICATION

63 -- VideoJet 8008 Transmitter and Raid 5 Array 6.4TB

Notice Date
4/17/2006
 
Notice Type
Modification
 
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-0077
 
Response Due
4/24/2006
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
RESPONSE DATE IS CORRECTED TO READ AS 24 APRIL 2006 VICE 24 MAY 2006. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is H92244-06-Q-0077 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 effective 5 January 2006. This procurement is 100% small business set-aside and the associated NAICS code is 561621. The list of contract line item number(s) and items, quantities and units of measure procured are as follows: CLIN 0001 VideoJet 8008 Transmitter 800GB – Eight Channel MPEG-4 Transmitter With 800GB Hard Drive, Quantity 1 each CLIN 0002 RAID 5 Array 6.4TB with 16HDDs for use with Vidos NVR Server Only, Quantity 1 each The following provisions are incorporated into the RFP: The provision at FAR 52.202-1 Definitions (July 2004) applies to this acquisition. The provision at FAR 52.204-3 Taxpayer Identification (Oct 1998) applies to this acquisition. The provision at FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003) applies to this acquisition. The provision at FAR 52.204-7 Central Contractor Registration (Oct 2003) applies to this acquisition. The provision at FAR 52.212-1 “Instructions to Offerors -- Commercial Items” (Jan 2006) applies to this acquisition. The provision at FAR 52.212-2 “Evaluation -- Commercial Items” (Jan 1999) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price considered. The following factor shall be used to evaluate offers: price. The provision at FAR 52.212-3 “Offeror Representations and Certifications -- Commercial Items” (Mar 2005) applies to this acquisition. The provision at FAR 52.212-4 “Contract Terms and Conditions—Commercial Items (Sep 2005) applies to this acquisition. The provision at FAR 52.212-5 “Contract Terms and Conditions Required to Implement Statutes or Executive Orders” (Feb 2006) applies to this acquisition. (a) 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: (1) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). (2) i) FAR 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (3) FAR 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). (4) FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). The provision at FAR 52.216-24 Limitation of Government Liability (Apr 1984) applies to this acquisition. The provision at FAR 52.216-25 Contract Definitization (Oct 1997) applies to this acquisition. The provision at FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006) applies to this acquisition. The provision at FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) applies to this acquisition. The provision at FAR 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004) applies to this acquisition. The provision at FAR 52.246-2 Inspection of Supplies -- Fixed-Price (Aug. 1996) applies to this acquisition. The provision at FAR 52.246-16 Responsibility for Supplies (Apr 1984) applies to this acquisition. DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005). The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. FAR 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) DFARS 252.2225-7001 Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) The Defense Priorities and Allocations System (DPAS) and assigned rating of this procurement is DO. Numbered Note 1 applies. Point of Contact is Christine Anderson at (757) 492-7960 extension 2210 or email christine.anderson@mail.nswdg.navy.mil with questions regarding this solicitation. 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. Offers are due no later than 4:00pm Eastern Standard Time (EST) on 24 April 2006. Offers shall be either emailed to Christine Anderson at christine.anderson@nswdg.navy.mil, telefaxed to (757) 492-7954 or mailed by U.S. Postal mail to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. 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. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-06-Q-0077/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN01029814-F 20060419/060417221840 (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.