Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOLICITATION NOTICE

R -- EQUIPMENT/LABOR FOR PAGING SYSTEM

Notice Date
4/7/2008
 
Notice Type
Presolicitation
 
Contracting Office
N68836 FISC JACKSONVILLE, PENSACOLA DETACHMENT 690 San Carlos Road Suite A Pensacola, FL
 
ZIP Code
00000
 
Solicitation Number
N0020408T0001
 
Response Due
4/22/2008 5:00:00 PM
 
Archive Date
5/7/2008
 
Point of Contact
JOHN CARRO 850-452-9918
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All references to Federal Acquisition Regulation clauses can be viewed at http://farsite.hill.af.mil This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil.dpap/dfars/index.htm. The NAICS code is 238210 and the Small Business Standard ! is $13.0 million. This is a 100% Small Business Set-Aside. The FISC Jacksonville Pensacola Detachment Purchasing Department request responses from qualified sources capable of providing: INSTALLATION OF OVERHEAD MULTI-ZONE PAGING SYSTEMIN BUILDINGS 601 AND 602 AT NAVAL AIR STATION PENSACOLA, FLORIDA IN ACCORDANCE WITH BELOW PERFORMANCE WORK STATEMENT. TO SCHEDULE SITE VISIT PLEASE CONTACT MR. NONIE SODUSTA AT 850-452-5098 OR nemeiso.sodusta@navy.mil 1. OVERVIEWBuilding 601 and 602 are two-story masonry structured buildings. Rooms are accessible from interior corridors and stairwells and partially enclosed exterior stairwells.Each building has:a. 2 hallways with approximately 9900 square feet in area.b. 56 rooms with approximately 25,000 square feet.c. 10 common areas with approximately 6,320 square ft. 2. Specific Requirements:The Contractor shall, during the period of the contract, provide all equipmet and labor for installation of paging system in all contracted areas. Contractor shall test the system to ensure all calls are routed to the speakers and quality sound can be heard in all hallways and designated areas. Upon customer acceptance, the Contractor technical representative must be available with in a 24 hour period during the period of warranty or if repair or maintenance of the system is required. 3. INSTALLATION: INSTALLATION OF 2 ZONE PAGING SYSTEMS TO INCLUDE 'ALL CALL' THROUGH OUT ALL HALLWAYS. EACH ZONE (UPSTAIRS AND DOWNSTAIRS) SHALL BE ACCESSED INDEPENDENTLY OR 'ALL CALL' FROM A CENTRAL CONTROL AT THE QUARTER DECK DUTY DESK. EACH SPEAKER SHALL BE A BOGEN 2X2 STYLE DROP-IN SPEAKER(or equal) WITH INDIVIDUAL VOLUME CONTROL TO ALLOW FOR CUSTOMIZATION OF SOUND QUALITY BASED UPON AMBIENT NOISE LEVELS THROUGH OUT THE BUILDING. 4. GENERAL REQUIREMENTS: a. Packaging and Delivery: All items shall be packaged and packed to withstand transportation without damage. Interior blocking or bracing will be supplied as required by the National Motor Freight Classification (NMFC) and Uniform Freight Classification (UFC). All packages shall bear the customer's name, contract or purchase order number and destination address. b. Warranty: The manufacturer shall provide written warranty to the Using Agency, guaranteeing all material used in the manufacturing, against defect or failure, for a period of 1 year when used in the manner and for the purpose for which it is intended. All warranty periods begin from date of delivery. 6. RESPONSIBILITIES OF THE CONTRACTOR (GENERAL)Delivery shall be FOB Destination to Pensacola, Fl. Contractor shall be responsible for all costs. The Contractor shall be responsible for providing labor and material capable of accomplishing the work in a professional and workman like manner. Materials shall be new, unless otherwise indicated. All material and workmanship shall be completed in accordance with the product or material manufacturers specifications and installers/technicians shall be factory certified for warranty work. The Government expects to retain warranties for eligible material/product installations and material product performance. The Contractor must provide a Service Supervisor or designee and he or she must be on-site while work is being performed under this contract. All of the Contractors project supervisors and trade/work crew supervisors must be able to speak read and write English. The Contractor shall provide the BMA with the name and telephone number of the person(s) to contact in case ! of an emergency five days after award of contract. The Contractor must coordinate and obtain BMA approval of project material delivery times, truck loading/unloading, dumpster positioning, loading dock use and the positioning and use of any heavy equipment use to move materials or furniture. Contractor will ensure that floor finishes, wall finishes, and doorjambs are not damaged during delivery and installation. Any damage to floors or wall finishes will be repaired at the expense of the contractor to the satisfaction of the customer. The Contractor is responsible for cleaning up work areas immediately after their services have been completed. The Contractor shall remove all rubbish, tools, equipment and materials. All vehicles are subject to inspection while on base. All corridors, loading dock areas, driveways doors, means of egress and aisles must remain clear at all times of project debris. In cases where debris is left from a previous days work, the Contractor shall! reimburse the Government for cleaning services or costs shall be deducted from the Contractors invoice. Government will not incur cost for overtime or extra manning. In addition: Do not use the telephone in any room for personal calls. Do not watch television, eat, or smoke while inside the building. Smoke at designated smoking area only. All contracted personnel shall check in through the base Security Department and shall wear an approved contractor nametag or identification badge at all times. Contractor must park their vehicle or vehicles at designated customers parking spaces only. Delivery Instructions:Contractor is responsible for all shipping and delivery costs. Shipping/delivery for cost: Bachelor Housing, Bldg. 685NWarehouse Rd. NAS Pensacola, FL 32508Note: Mark for Bldg. 601 and 602 Contractor must provide temporary storage near the contracted building pending installation. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instruction to Offerors- Commercial items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of C! ommercial Items. This announcement will close at 11:00AM on 4/22/2008. Contact John Carro who can be reached at 850-452-9918 or e-mail john.carro@navy.mil.A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. Please see numbered note: 1. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price and a determination of responsibility/technically acceptable low bids/past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, gsa contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=752bed83ae34e103df738f0c82a7fdba&tab=core&_cview=1)
 
Record
SN01548910-W 20080409/080407220725-f91e3962ec57cefddef1980f103c318c (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.