Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

N -- Procurement and Installation of Automatic Door Openers

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
ADM-07-460
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Description
This is a combined synopsis/solicitation for commercial services and items prepared in accordance with the format in FAR 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 is a Request for Quote (RFQ) and is being requested under Simplified Acquisition Procedures. The contract type intended for this procurement is Firm Fixed Price (FFP). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18. There are no set asides for this procurement. The closing date for receipt of quotations is 3:00pm EST, August 24, 2007. The U.S. Nuclear Regulatory Commission (NRC) has a requirement for the procurement and installation of automatic door operators at its Headquaters facility. There are 15 each doors at the NRC that need automatic operators installed. These doors consist of 9 each solid core wood doors and 6 each frameless glass doors. The NRC will provide electricity, 120v. The Statement of Work for this requirement will be uploaded in Amendment 1 to this combined synopsis/solicitation. All work shall be completed within two (2) weeks after contract award. All work and material shall be covered under warranty for one (1) year after completion of work. There will be a pre-quote walkthrough allowing the offeror to see the place of performance and have any questions answered. The conference shall take place August 16, 2007 at 2:00pm. Please contact James Leedom, Contract Specialist, at 301-415-5041 by August 14, 2007 at 1:00pm to attend the conference. The place of performance for this requirement is: U.S. Nuclear Regulatory Commission 11545 & 11555 Rockville Pike Rockville, MD 20852 The following provisions or clauses apply to this procurement and can be accessed electronically at http://www.acquisition.gov/far/index.html. The following provisions apply to this procurement: 1) 52.212-1 ? Instructions to Offerors ? Commercial, 2) 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, 3) 52.212-4 ? Contract Terms and Conditions ? Commercial Items, 4) 52.217-8 ? Option to Extend Services, 5) 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items: 52.222-3 Convict Labor, 52.222-19 Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 ? Prohibition of Segregated Facilities, 52.222-26 ? Equal Opportunity, 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 ? Affirmative Action for Workers with Disabilities, 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-1 ? Buy American Act Supplies, 52.225-13 ? Restriction on Certain Foreign Purchases, 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration. Award shall be based on lowest price technically acceptable. An Offeror?s proposal is presumed to represent their best efforts to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and price should be explained in the proposal. For example, if the intended use of new equipment and innovative installation techniques is the basis for an abnormally low estimate, the nature of these techniques and their impact on price should be explained. Additionally, if a corporate policy has been made to absorb a portion of the estimated price, that should be stated in the proposal and the contract will include a clause which requires the Offeror to absorb that portion of price reflected in its price proposal. Any significant inconsistency if unexplained, raises a fundamental issue of the Offeror?s understanding of the nature and scope of the work required and of their financial ability to perform the contract, and may be grounds for rejection of the proposal. The burden of proof as to price credibility rests with the Offeror. Price Elements: In preparing the price proposal, Offerors shall breakout and identify the following types of price elements separately: (1) Direct Labor: Identify the various labor categories intended for use under this contract including the number of labor hours, hourly labor rates, and total price for each labor category proposed for each year of the contract. Differentiate between proposed labor as the prime contractor and any proposed subcontractor hours (if applicable). (2) Subcontracted Labor: Identify the labor categories for which subcontracting is being proposed and include the subcontractor's direct labor rates (including fringe benefits, overhead, G&A, fee, etc.) and number of hours proposed for each labor category that have been submitted by the subcontractor to the prime contractor for consideration under this contract. All subcontractor information is to be submitted with the prime Offeror. Separate volumes or sealed envelopes are acceptable. (3) Materials: Identify required material?s make, model number, and unit price. All quotes should be received no later than 3:00pm EST, on August 24, 2007 at the Nuclear Regulatory Commission, 11545 Rockville Pike, MS: T-7-I-2, Rockville, MD 20852 and to the attention of James Leedom. Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of quotes. Quotes may also be submitted via email to JRL2@NRC.GOV. Please allow for at least 60 minutes prior to the close of the announcement if submitting by electronic means to ensure proper delivery. Quotations will NOT be accepted by fax. The FedBizOpps website provides downloading instructions. The NRC requires the prospective awardee to be registered in the Central Contracting Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation 52.204-7 ? Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential offerors may obtain information on registration and annual confirmation requirements via the internet by copying and pasting the following address into their internet browser: http://www.ccr.gov (note: there is no direct link to the CCR website from this FedBizOpps notice) or by calling 1-888-227-2423 or 269-961-5757. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 11545 & 11555 Rockville Pike, Rockville, MD
Zip Code: 20852-2738
Country: UNITED STATES
 
Record
SN01369546-W 20070812/070810222849 (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.