Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOLICITATION NOTICE

58 -- Airfield Crash Network Systems

Notice Date
3/3/2008
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S808Q0007
 
Response Due
3/31/2008
 
Archive Date
5/30/2008
 
Point of Contact
Robert E. Lentz, 253-966-7932
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(robert.e.lentz@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for the Purchase of Components of a Telephone Crash Network, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with FAR 13.5 and 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 Combined Synopsis/Solicitation W911S8-08-Q-0007 is applicable and is issued as a request for quotations. Th e solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and DCN 20080124. This requirement is for a Telephone Crash Network: CLIN 0001, Bill of Materials for Gray Army Airfield Fort Lewis, WA ; CLIN 0002, Installation of Bill of Materials for Gray Army Airfield Fort Lewis, WA; CLIN 0003, Bill of Materials for Yakima Training Center, WA; CLIN 0004, Installation of Bill of Materials for Gray Army Airfield Fort Lewis, WA; CLIN 0005, Installation o f Voice Logger at Yakima Training Center, WA; CLIN 0006, Training both User and System Operations; CLIN 0007, Extended 2-Year Warranty (Labor and Parts); CLIN 0008, Networking the Systems Together (Phase-2); CLIN 0009, Contractor Manpower Report (CMR). The description & Minimum Requirements of the commercial items required are as follows: Minimum Requirements are: CLIN 0001 & CLIN 0003, Telephone Crash Network Systems with Peripheral Equipment Specifications (Gray AAF and YTC AAF), see Statement of Work, S ubparagraph 3.1; CLIN 0002 & CLIN 0004, (Gray AAF and YTC AAF) Installation of Telephone Crash Network Systems with Peripheral Equipment Specifications, see Statement of Work, Subparagraphs 3.3 and 3.4; CLIN 0005, Voice Logging Specification and Installati on, (YTC AAF), see Statement of Work, Subparagraph 3.2; CLIN 0006, Training for both User and System Operations, see Statement of Work, Subparagraph 1.3.3; CLIN 0007, Extended 2-Year Warranty (Labor and Parts); CLIN 0008, Networking the Systems Together ( Phase-2), see Statement of Work, Subparagraph 1.3.5; CLIN 0009, Contractor Manpower Report (CMR). FOB point is Destination. The selection resulting from this request for quotations will be made on the basis of the Lowest priced, Technically Acceptable quo tation from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Qu otes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicab le, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar correspo nding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are presently availabl e for this acquisition. Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local clause-52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for c ommercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) unt il all identification badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representat ions and Certifications - Commercial Items with their quotations. FAR clauses 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-34, F.o.b. Destination applies to this acquisition and does not includ e any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52. 219-8, 52.219-14, 52.219-25, 52.219-26, 52.219-28, 52.333-3, 52.233-4, 52.219-6, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-33, 52.222-41, Service Contract Act of 1965; and 52.222-42, Statement of Equivalent Rates for Federal Hires. DFARS Clauses that apply to this solicitation are: 252.204-7004 ALT A, Central Contractors Registration (52.204-7) Alternate A; 252.211-7003, Item Identification And Valuation, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 252.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.226-70001, 252 .232-7003, 252.243-7002, 252.247-7023, 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http:/ /www.arnet.gov/far if quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quotation. Telephoni c inquires will be accepted for solicitation clarification only, any direct questions relating to Contract Line Items/Scope of work will need to be emailed to the below point of contact. Quotations are due on 31 Mar 2008 at 4:30 PM. Pacific Daylight Time. Quotations must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Robert E. Lentz, robert.e.lentz@us.army.mi l, 253-966-3479. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc- and Attachments (Attachment I, Statement of Work; Attachment II, Quality Assurance Surveillance Plan (QASP), Attachment III, Site Visit Registration Form and will not be at Federal Business Opportunities. No numbered note s apply to this synopsis/solicitation.
 
Web Link
W911S8-08-Q-0007
(http://www.lewis.army.mil/doc)
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01522482-W 20080305/080303224119 (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.