Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

D -- Inside and Outside Plant Network Infrastructure

Notice Date
3/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M68909 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
M68909107Q102
 
Response Due
3/26/2007
 
Archive Date
4/30/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number M68909-07-Q-1028 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. This is a Service Disabled Veteran-Owned Small Business Set-aside. NAICS Code 517910 with a small business size standard of $13.5M applies. A site visit will be held on Tuesday, March 20, 2007 at 10 AM and quotations are due by Monday, March 26, 2007 at 3:00 PM Pacific Daylight Time. The resulting contract shall be subject to the Service Contract Act and Department of Labor Wage Determination #94-2057 ( Rev 38) and quoters are reminded to consider labor laws while compiling their quotation. The procurement is for operationally ready information technology network infrastructure installation for two (2) new pre-fabricated buildings and to extend the existing outside plant backbone to the new buildings at Marine Corps Tactical Systems Support Activity (MCTSSA), Camp Pendleton, CA. This procurement is divided into three (3) Line Items and three (3) separate prices are requested. Line Item 0001: SWAN (ITIIS) Facility per the Statement of Objectives attached, Qty 1 Each; Line Item 0002: Outside Plant SWAN (OSPS) per the Statement of Objectives attached, Qty 1 Each; and Option Line Item 0003: TSM (ITIIT) Facility per the Statement of Objectives attached, Qty 1 Each. Funds are not presently available for Option Line Item 0003, however, the Government may unilaterally exercise that Line Item under FAR 52.217-8 on or before September 30, 2007, or upon award under FAR 52.217-4, depending on the availability of funds. Attached to this synopsis are three (3) Stateme nts of Objectives (SOOs), one for each Line Item. Quoters shall write and provide three (3) separate Statements of Work (SOW), one for each Line Item, which shall describe the technical understanding, recommendations, and approach the contractor will use to meet each Statement of Objectives (SOO) provided. Quoters shall provide names, contact points, and telephone numbers of three (3) Government (preferred) or commercial customers where the same or similar services have been performed within the past two years, for the purposes of past performance evaluation. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial Items and FAR 52.212-2, Evaluation?Commercial Items apply. The following factors shall be used to evaluate offers: technical capability to meet the Government?s needs, price and past performance. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quoters shall include a completed copy of the provision at FAR 52-212-3, Offeror Representations and Certifications?Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items with its quotation, or state that such information has been added to the Offeror?s Representations and Certifications Applications (ORCA) website. The clauses at FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.228-5, Insurance ? Work on a Government Installation with insurance amounts as Worker?s Compensation at the state minimum, General Liability at $500,000 per occurrence, with Property Damage at $100,000 per occurrence, and Automobile Liability at $200,000 per person, $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage; FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements; and FAR 52.237-1, Site Visit shall apply to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, with the following clauses under paragraph (b) incorporated by reference: 52.203-6, 52.219-8, 52.219-14, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with paragraph (a) clause 52.203-3 and paragraph (b) clauses 252.252.225-7012, 252.225-7021, 252.225-7036, 252.232-7003, 252.243.7002, 252.247-7023 Alt I, and 252.247-7024 apply to this acquisition. The full text of clauses and provisions incorporated by reference may be obtained at the following address: http://www.acq.osd.mil/dp/dars/dfars.htm. Quotations are due to the MCTSSA Contracts, Box 555171, Camp Pendleton, CA 92055-5171 no later than 3:00 p.m. Pacific Daylight Time on March 26, 2007. The point of contact for information regarding this solicitation is Carol Amano at (760)725-9194, fax (760)725-2986, or Email to carol.amano@usmc.mil or sandra. ingram@usmc.mil *****
 
Record
SN01251135-W 20070316/070314221607 (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.