Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

63 -- TO PROVIDE AND INSTALL A NETWORK AUTOMATION ENGINE (NAE55)IN THREE(3) CAMP LEJEUNE SCHOOLS.

Notice Date
9/12/2008
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108T0115
 
Response Due
9/17/2008
 
Archive Date
10/2/2008
 
Point of Contact
VANESSA PATTERSON 910-451-2247 MRS. LISA COYLE910-451-1535
 
Small Business Set-Aside
Total Small Business
 
Description
THIS COMBINED SYNOPSIS/REQUEST FOR QUOTE (RFQ) is to satisfy the government's requirement for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a response which, if timely received must be considered by the agency. This combined synopsis/request for quote is 100% set-aside for all qualified small businesses. The solicitation M6700108T0115 is issued as the applicable reference number. The North American Industrial Classification System (NAICS) code for this requirement is 238210 and the small business size standard is $13 MILLION.Line Item #0001: Provide and Install Network Automation Engine (NAE55) located Camp Johnson Primary School, Building 2027, Camp Lejeune, NC. Quantity: 1 Each. Line Item #0002: Provide and Install Network Automation Engine (NAE55) located at Bitz Intermediate School, Building 2028, Camp Lejeune, NC. Quantity: 1 Each.Line Item #0003: Provide and Install Network Automation Engine (NAE55) located at Brewster Middle School, Building 883, Camp Lejeune, NC. Quantity: 1 Each.Contractor will provide all hardware and labor for installation of NAE Controllers. Include all installation and programming labor for a fully functional Direct Digital Control (DDC) system. This includes mapping controller points, control programs and setting up trends, onsite training and telephone support for one (1) year. Include graphic screens showing equipment locations and piping schematics. System must allow password authenticated access via Internet Explorer from PCs connected to the DOD school network.Deliver To: Locations listed in CLINS 0001 - 0003. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.223-6 Drug-Free Workplace; FAR 52.243-1 Changes - Fixed -Price; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy America! n Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Offeror is required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227! -2423 or visit their website at: http://www.ccr.gov/. Offerors must be registered prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Quotes will be evaluated on a lowest priced technically acceptable basis. The closing date for this solicitation is 17 Sept 2008 at 16:00 (4:00 PM) EST. Offerors are responsible for ensuring that their submitted quote has been received and legible. Submit quote to vanessa.patterson@usmc.mil or fax to (910) 451-2193.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06ef613c969845d602cad26385db3392&tab=core&_cview=1)
 
Record
SN01668498-W 20080914/080912221058-3e3cf742fb6bb7ff4918de0d339a1a77 (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.