Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

54 -- Mobile SCIF

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3HKA58225A001
 
Archive Date
9/23/2008
 
Point of Contact
Joel E Bartholomew, Phone: 402-294-9600, Leonardo P Cruz,, Phone: 402-232-6484
 
E-Mail Address
joel.bartholomew@offutt.af.mil, leonardo.cruz@offutt.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Sub Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number F3HKA58225A001 is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. This solicitation is for BRAND NAME OR EQUAL items; the NAICS Code is 332311; the NAICS size standard is 500 EMPLOYEES. 55 CONS intends to issue a firm fixed priced purchase order for delivery of the following items: SCIF Solutions MISE Retrofit SCIF with DCID 6/9 and other SCIF accreditation requirements. OR EQUAL. - 10' by 10' by 7.5' stand-alone manufactured Sensitive Compartmented Information Facility (SCIF). Includes panels and infrastructure for walls and ceilings, copper floor and other items listed below. SCIF should accommodate up to two people and office equipment comfortably. CONUS delivery and installation included. - SCIF shall be capable of handling various voice and data communications equipment and have the ability to provide following connections: - NIPR net - SIPR net - JWICS - NSA net - VOIP - LAN/CAT 5 - Telephone - Shall be capable of processing up to Top Secret/SCI information - Shall be compliant with Director of Central Intelligence Directive (DCID) 6/9. - Must be plug and play turn-key operation. - Contractor shall provide written guarantee of the SCIF facility certification and accreditation approval up to final SCI. Contractor shall be responsible for providing at no charge any modifications required to make the SCIF unit meet DCID 6/9 requirements for one full year following delivery. - The SCIF shall be capable of being reconstructed in any environment at any desired location. If the Government desires to remove the SCIF from its original location and install it at a new location, the original location shall be restorable to its state before the installation of the SCIF. - SCIF assembled and installed onsite to specifications in order to meet DCID 6/9 requirements and including options below. - Entry door with hardware, installation, 1 CD X09 lock, 1 Trilogy 4100 day lock with access control, "Roton" heavy duty hinge, concealed heavy duty closer, gaskets and seals. - Interior modifications to connect to existing power, including 5 quad power outlets, wall-mounted conduit and ceiling lights and grounding for one electrical safety mat. All to be mounted in conduit at least 4' off the ground to accommodate desk height. - Offutt will be responsible for providing the appropriate electrical connection and all appropriate power required adjacent to the new MISES; Contractor shall be responsible for providing the connectivity method to the Unit itself. - Interior modifications to connect to existing HVAC system per DCID 6/9 requirements. Contractor shall provide two 8"x8" ceiling registers-1 intake/vent connected to existing HVAC duct and 1 return air vented into the plenum above the unit or through existing exhaust duct All quotes should be received NLT Thursday, 8 September 2008, at 12:00 pm (CST), and sent electronically via e-mail, if possible, to joel.bartholomew@offutt.af.mil or faxed to (402) 294-7280. All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database BY Friday, 20 June 2008 at 3:00 pm (CST) will make an offeror ineligible for award. Also, the contractor must have the NAICS code listed in this solicitation on their CCR Registration. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2, Evaluation- Commercial Items, (a. Price and delivery, in order of importance); (Offerors must include a complete copy of 52.212-3, Offeror Representation and Certifications -- Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm); FAR 52.212-4, Contract Terms and Conditions Required to Implement Status of Executive Orders -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION); 52.219-1 -- Small Business Program Representations; 52.219-8 -- Utilization of Small Business Concerns; 52.219-9 -- Small Business Subcontracting Plan; 52.219-27 -- Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.232-18, Availability of Funds; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.225-7000, Buy American Act--Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program;; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. Please reference solicitation # F3HKA58225A001 on all correspondence. No numbered notes are applicable to this acquisition. Any questions should be submitted to SSgt Joel Bartholomew at (402) 294-2632 or via email at joel.bartholomew@offutt.af.mil. Complete written quotations will be due and must be physically received by the 55th Contracting Squadron/LGCB, 101 Washington Square. Bldg 40, Offutt AFB 68113 NLT 8 September 2008, at 12:00 pm (CST) Quotations may be submitted via email to joel.bartholomew@offutt.af.mil or faxed to (402) 294-7280.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7fb5ebac0ff5c6ebf02cbd10f4d6f1d1&tab=core&_cview=1)
 
Place of Performance
Address: 55 SCS/STM1, Bldg 456, 902 Looking glass Ave, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN01657364-W 20080904/080902221537-7fb5ebac0ff5c6ebf02cbd10f4d6f1d1 (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.