Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
DOCUMENT

59 -- Infrared Perimeter Intrusion Detection System - PWS

Notice Date
9/11/2008
 
Notice Type
PWS
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3648098A001
 
Archive Date
9/30/2008
 
Point of Contact
Michael L Kelley,, Phone: 301-981-2387, Shayla Canty ,, Phone: 301-981-2357
 
E-Mail Address
michael.kelley-03@andrews.af.mil, shayla.canty@us.af.mil
 
Small Business Set-Aside
N/A
 
Description
INTENT TO AWARD A SOLE SOURCE PROCUREMENT WITH InDyne, Inc. The Air Force, Andrews Air Force Base, MD intends to award a sole source delivery order to InDyne, Inc, 1301 Eglin Suite E Shalimar, FL 32579, using other than full and open competition procedures pursuant to authority of FAR 6.302-1 and FAR 8.402. This requirement is for the purchase and installation of 3 sets of Infrared Perimeter Intrusion Detection Systems (IPIDS). The work to be performed is described in the Performance Work Statement (PWS) attached. This is not a request for competitive proposals; however, the Government will consider all proposals received with three (3) days after publication of this synopsis. The Government will not be responsible for any cost incurred in proposal preparation. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discertion of the Government. However, all interested parties who believe they can meet this requirement are invited to submit in writing, complete information describing their ability to provide this item. Such information should include cost proposal information for providing these items. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements in this synopsis. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTORS REGISTRATION (SEP 2007). INTERESTED CONTRACTORS CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effects as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Provision 52.212-1, Instructions to Offerors—Commercial; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders—Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterns and Veterans of the Vietnam Era; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Phohibition of Segregated; 52.222-39, Notification of Employee Rights Concerning Oayment of Union Dues or Fees; 52.222-50, Combating Traffic in Persons and 52.225-13, Restrictions on Certain Foreign Purchases); clause 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Offerors must include a completed copy of the provision 52.212-3, Offerors Representations and Certifications--Commercial Items with the offer and complete online at https://orca.bpn.gov/. If the offeror does not have a copy of this provision, a copy can be downloaded from this website: http://farsite.hill.af.mil. The following DFARS clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001, Buy American Act and Balance of Payment Program;252.232-7003, Electronic Submission of Payment Requests and Receiving Reports and Clause 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payment Program. If you have any questions about this requirement, please contact Michael L. Kelley at 301-981-2387 or e-mail me at Michael.Kelley-03@AFNCR.AF.MIL My Contact Information is: 316th CONS/LGCBA, 1535 Command Drive Suite E-210, Andrews AFB, MD 20762-6500, Attention: Michael L. Kelley. Information received as a result of this notice will be considered soley for the purpose of determining whether to conduct a competitive procurement. If no affirmative written responses are received (COB) close of business (4:00pm eastern standard time), September 15, 2008, a sole source delivery order will be pursued with InDyne, Inc.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ebd84e7ed13ec1c87c8d6f016a47fc37&tab=core&_cview=1)
 
Document(s)
PWS
 
File Name: Performance-Based Work Statement (PWS) for Installation of Electronic Control Security Incorporated (ECSI) Infrared Pulsed Intrusion Detection System (IPIDS) (Performance Work Statement (PWS) IPIDS 9 Sept 08.doc)
Link: https://www.fbo.gov//utils/view?id=c4c1aaef1f9a80ec236bbe73f04f24e6
Bytes: 3,905.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 316 TH Security Forces Squadron, 1845 Westover Drive, Andrews AFB, MD 20762, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01668152-W 20080913/080911231611-ebd84e7ed13ec1c87c8d6f016a47fc37 (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.