Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
MODIFICATION

70 -- Intergrated Command & Control System

Notice Date
5/15/2006
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Reg. 4, Office Of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-06-00015
 
Response Due
5/24/2006
 
Archive Date
6/24/2006
 
Description
NAICS Code: 541512 NOTE: **** AMENDMENT 0001**** The purpose of this Amendment is to incorporate the following changes: 1. Change the due date for the requested proposals from May 17, 2006 to May 24, 2006. 2. Change the Period of Performance Completion Date, as noted in the Statement of Work, from 60 days to 90 days. 3. Notification is hereby given that the Incentives and Disincentives, as outlined in the Statement of Work, will be affected by the change in the Completion Date. A final determination of the percentages, that will be applied to the Incentives and Disincentives, will be determined at contract award. ******************************************************************* This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation GA-06-00015 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. This acquisition will be 100% small business set-aside. The NAICS code is 541512 with a small business size standard of $21 Million. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the Statement of Work (SOW), meets the Governments delivery schedule and is the most cost effective. The SOW for this requirement can be accessed at http://www.epa.gov/oam/#sources. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2001-14. The contractor shall be required to provide non-personal services, to include all labor, design, tools, equipment, material, and other items and services necessary to develop and implement a comprehensive plan for the installation of an audiovisual and computer control system for the Regional Response Center in Atlanta, GA. The products to include but are not limited to: 1) a Crestron Type system 2) Lighting Design and Controls as set forth in the U.S. Green Building Counsel's LEED-NC or LEED EB rating systems, applicable Federal Energy Management Program standards for federal buildings or similar rating systems approved by EPA. The system shall be installed and in full operation NLT 60 days after contract award. FOB Destination. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. Award shall be based on Lowest Price, and Best Value to the Government. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer which can be accessed at http://farsite.hill.af.mil or http://www.arnet.far.gov. The Contractor must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database can be accessed at http://www.ccr.gov. Clause 52.212-4, Contract Terms and Conditions Commercial Items, is hereby incorporated by reference. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items: The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.203-6 Restrictions on Subcontractor Sales to the Government, 2) 52.219-3 Notice of Total HUBZONE Set-Aside, 3) 52.219-6 Notice of Total Small Business Set-Aside, 4) 52.219-8 Utilization of Small Business Concerns, 5) 52.219-9 Small Business Subcontracting Plan 6) 52.219-14 Limitations on Subcontracting 7) 52.219-26 Small Disadvantaged Business Participation Program 8) 52.222-3 Convict Labor, 9) 52.222-21 Prohibition of Segregated Facilities 10) 52.222-22 Previous Contracts and Compliance Reports 11) 52.222-25 Affirmative Action Compliance 12) 52.222-26 Equal Opportunity 13) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 14) 52.222-36 Affirmative Action for Workers with Disabilities 15) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 16) 52.222-41 Service Contract Act of 1965, as Amended 17) 52.222-42 Statement of Equivalent Rates for Federal Hires 18) 52.222-44 Fair Labor Standards Act and Service Contract Act ? Price Adjustment 52.225-15 Restrictions on Certain Foreign Purchases 19) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 20) 52.252-2 Clauses Incorporated by Reference 21) 52.252-6 Authorized Deviation in Clauses. There will be a Site Visit on May 9th and 10th , 2006 between the hours of 10:00 a.m. and 2:00 p.m. for all interested parties to attend at the Atlanta Federal Center, 61 Forsyth Street, Atlanta, GA. 30303. The Contractor shall make contact with the Contract Specialist, Rachel Griner to make arrangements to attend the Site Visit, either by phone (404) 562-8389 or email: griner.rachel@epa.gov. All offers are due by 10:00 AM EST, May 17th. Offers can mail, fax or email their offers to Rachel Griner, Contract Specialist @ fax (404) 563-8370, email as shown above or mailing address Atlanta Federal Center, Office of Acquisition Management, 14th Floor, 61 Forsyth Street, SW, Atlanta, GA 30303. It is the offeror's responsibility to ensure receipt of faxes or email quotes. Quotes shall include 1) letter signed by an individual authorized to bind the company with a schedule (list) of offered items to include unit and total price, and 2) completed Representations and Certifications. NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the email address provided above. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quote will be provided.. Telephonic questions will not be answered. Collect calls will not be accepted.
 
Record
SN01048434-W 20060517/060515220914 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.