Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2008 FBO #2518
SOLICITATION NOTICE

58 -- PHONE INSTALLATION

Notice Date
10/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0019
 
Archive Date
11/11/2008
 
Point of Contact
Josephine Ocampo, Phone: 757-893-2797
 
E-Mail Address
josephine.ocampo@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0019, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The anticipated award date is on or about 31 Oct 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 effective 17 Sept 2008. This procurement is a small business set-aside and the associated NAICS code is 541519 with a business size standard of $23 million. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Red and Black phone installation Qty - 1 Lump Sum Place of Performance: 1636 Regulus Ave. Virginia Beach, VA 23461 Site visit is required and scheduled on 22 Oct (Wednesday) from 0900-1000. Interested parties please submit required information no later than 4 PM on 20 Oct 2008 to Jo Ocampo at josephine.ocampo@vb.socom.mil. Required information as as follows: name, ssn, dob, company name, make/year/model of car, license plate#, place of birth, phone #, company name. Must be U.S. Citizen. F.O.B. Destination Section C Specifications Statement of Work A 50 pair copper cable will be installed from a shop to a trailer to support black phone stations. A separate 50 pair cable will be installed from shop to a trailer to support red phone stations. The black phone 50 pair will be run in existing cabling tray in the hallway. The red phone 50 pair will be run in the "J" hooks from the existing cable tray in the hallway. Upon exiting the building, each 50 pair will be ran into closed conduit out the building, down the wall and then brought back up through the bottom of the trailer. Inside the trailer each 50 pair will be terminated on a 110 block inside a closed panel box. 7 black phone stations will be run from the black 110 block on black or gray cabling and installed to various locations inside the trailer. Each station will require 1 CAT5 cable splint into four black jacks per station. 7 red phone stations will be run from the red 110 block on red cabling and installed to various locations inside the trailer. Each station will require 1 red CAT5 cable split into four red jacks per station. Each station will be labeled appropriately corresponding to its distant end. All cabling will be left visible. All installed copper is required to be tested in accordance with EIA/TIA 568B standards. Contractors/installers are required to leave the space in the same conditions they found it. All tools, extra cabling and debris will be removed from the spaces. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-8 Cancellation, Rescission and Recovery of funds for Illegal or Improper Activity Jan 1997 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors-Commercial Items Apr 2008 FAR 52.212-2 Evaluation Commercial Items Jan 1999 FAR 52.212-3 Offeror Representations and Certifications Commercial Items May 2008 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2007 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items May 2008 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.219-8 Utilization of Small Business Concerns May 2004 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Feb 2008 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.225-1 Buy American Act - Supplies Jun 2003 FAR 52.232-11 Extras Apr 1984 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.233-1 Disputes Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.237-7 Indemnification and Medical Liability Insurance Jan 1997 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.242-15 Stop Work Order Aug 1989 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) Apr 1984 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-6 Authorized Deviations In Clauses Apr 1984 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Nov 2003 DFARS 252.211-7003 Item Identification and Valuation Jun 2005 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Apr 2007 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun 2005 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jun 2005 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.246-7000 Material Inspection And Receiving Report Mar 2003 DFARS 252.247-7007 Liability and Insurance Dec 1991 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 SOFARS 5652.232-9003 Paying Office Instructions Jan 2005 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical capability of services offered to meet government requirements. Government will award this contract based on best value to the government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Apr 2002 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees Dec 2004 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Offeror Representations and Ceritfications- Commercial Items (AUG 2007)- Alternate 1 Apr 2002 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil; phone (757) 893-2797; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Quotes must be received no later than 04:00 p.m. Eastern Standard Time (EST) on 27 Oct 2008. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Jo Ocampo at josephine.ocampo@vb.socom.mil or phone (757) 893-2797 or fax to (757) 893-2957.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=510c30aa44ffefaae16224788bd69c08&tab=core&_cview=1)
 
Place of Performance
Address: 1636 REGULUS AVENUE, VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN01692587-W 20081018/081016214733-510c30aa44ffefaae16224788bd69c08 (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.