Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

Z -- HARDWIRE STI-6400 EXIT STOPPERS TO AC POWER

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-T-0316
 
Response Due
8/25/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center Susquehanna, New Cumberland, PA has a requirement to hardwire 122 each STI-6400 Exit Stoppers to Warehouse AC Power. The Exit Stoppers are located in 19 warehouses at the Mechanicsburg Site of Defense Distribution Center Susquehanna. 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. This solicitation is issued as a Request for Quotation (RFQ). Reference Request for Quotation SP3100-06-T-0316. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARS Change Notice (DCN) 20060808. The associated North American Industry Classification System (NAICS) code is 238210 and the small business size standard is $13,000,000.00 and is a 100% set-aside for small business. Prices for the above identified equipment should be submitted in the following format: Clin Description Qty U/I Total 0001 Hardwire 122 each 1 LOT STI-6400 Exit Stoppers to Warehouse AC power. The 122 each are installed on various Warehouse doors located at the Mechanicsburg site. Above each door is a lighted emergency exit sign. The scope of work involves connecting power from the sign to STI-6400 unit on each door so the unit runs primary electrical and uses battery for back-up. For site visit contract David Stecher, 717-605-1952. Wage Determination No 94-2447 REV 29 is applicable to this solicitation. See Attachment. Contractor shall provide delivery schedule: ________________days after issuance of contract for the completion of installation. The following FAR and DFAR clauses and provision apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 Instruction to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two (2) paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements cited in the solicitation. FAR provision 52.212-2 ? Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of the Request for Quotation. Award will be based on the proposal that provides the total lowest price for the above service and meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of past performance information that provides evidence that the contractor has a record which indicates the capability to perform these services. In response to this Request for Quotation, Contractors must submit a completed copy of the FAR provision 52.212-3, Offer or Representations and Certifications ? Commercial Items, (Alternate I), price quotation and past performance information. FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial items applies to this acquisition. FAR Clause 52.212-5 ? Contract Terms and Conditions required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: FAR 52.219-6 ? Notice of total Small business Set-Aside FAR 52.222-3 ? Convict Labor FAR 52.222-19 ? Child Labor ? Cooperation with authorities FAR 52.222-21 - Prohibition of Segregated facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disable Veterans and Veterans of the Vietnam Era FAR 52.222-36 ? Affirmative Action for Workers with Disabilities FAR 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Technician WG-8 Step 2 $18.30 p/HR FAR 52.225-13 ? Restrictions on Certain Foreign Purchase FAR 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration FAR 52.232-36 ? Payment by Third Party DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 ? Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 ? Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provision are applicable to this acquisition: FAR 52.203-3 Gratuities All responsible small business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. RFQ due date and time is August 25, 2006, 3:00 PM Local time. Completed certifications at FAR 52.212-3, price quotation and past performance information may be submitted via one of the following methods: (1) E-mail to Elizabeth.wolf@dla.mil (2) Facsimile to 717-770-5689 (3) Mail to: Defense Distribution Center Acquisition Operations DDC-AB ATTN: Elizabeth Wolf 2001 Mission Drive Building 81 New Cumberland, PA 17070-5001 In accordance with the above date and time, failure to submit all of the above requested information may result in the quotation being eliminated from consideration for award. For additional information you may contact Liz Wolf, 717-770-7442 or e-mail Elizabeth.wolf@dla.mil.
 
Place of Performance
Address: DEFENSE DISTRIBUTION CENTER SUSUQUEHANNA, PA., VARIOUS BUILDINGS MECHANICBURG, PA SITE, 5450 CARLISLE PIKE, MECHANICSBURG, PA
Zip Code: 17055
Country: UNITED STATES
 
Record
SN01109774-W 20060811/060809220127 (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.