Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

N -- Audio Visual Teleconferencing System

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-06-R-0014
 
Response Due
10/22/2006
 
Archive Date
12/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-06-R-0014. All proposals shall reference the RFP number and shall be submitted by 08:00 A.M. local time on 22 Sep 2006. The anticipated award date is 25 Sep 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-12 dated 04 Aug 2006. This s olicitation is issued as a 100% Small Business Set-Aside. The North American Industry Classification system code (NAICS) 334310 has a size standard of 750. The Iowa Army National Guard wishes to procure an audio, visual and teleconferencing system for Bld g. B-58 located at Camp Dodge, in Johnston, IA. The work includes but is not limited to all material, equipment, and manpower required to provide a complete and useable audiovisual system. The Statement of Work and line diagrams will be provided to vendor s at the USPFOs EBS website http://216.81.179.134/ebs/advertisedsolicitations.asp ) . To arrive at a best value decision, the Source Selection Authority will integrate the evaluation price with past/present performance; past/present performance will be ra ted at a slightly higher rate than the price factor. Past/present performance includes (1) Offerors Business Practices, (2) Customer Relationship, (3) Ability to Meet Contract Requirements, (4) Prior Experience, (5) Adherence to Schedule, and (6) Quality of Contractors Team. The vendor should provide the Government with the most current past performance references. A reference name, contract number, phone number, fax number and or e-mail address should be submitted to allow the Government to obtain adequa te past performance information. The vendor must provide the Government with an all-inclusive, firm-fixed price. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain th e offerors best terms from a cost or price and past/present performance standpoint. The following provisions and clauses will be incorporated into the solicitation by reference: 52.212-1, Instructors to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.204-4, Printed or Copied-Double Sided on Recycled Paper, 252-209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Governmen t, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-6, Notice of Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor- Cooperation with Author ities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the V ietnam Era, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contracting Registration, 52.232-36, Payment by T hird Party, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 52.219-4, Limitations o n Subcontracting, 252.225-7012, Preference for Certain Domestic Commodit ies, 252.243-7002, Request for Equitable Adjustment, 252.247-7023, 252-247-7023 Alt III, Transportation of Supplies by Sea. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3 or a completed reg istration on the ORCA website. See paragraph I of 52.212-3 for instructions. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest states- a) Protests, as defined in section 33.101 of the Federal Acquisitio n Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of rec eipt from USPFO Purchasing and Contracting Office, 7105 NW 70th Ave, Johnston, IA 50131. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: TSgt Renee Berg, Contract Specialist at or before 8:00 a.m., 22 Sep 2006. For information regarding this solicitation contact SSgt Ren ee Berg at renee.berg@ia.ngb.army.mil or Brenda McKnight at 515-252-4114, brenda.mcknight@ia.ngb.army.mil .
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN01142474-W 20060915/060913221544 (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.