Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

J -- Annual Maintenance and Repair Contract for Lenel Intrusion Detection System, (IDS).

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909T0409
 
Response Due
7/27/2009
 
Archive Date
8/11/2009
 
Point of Contact
David C Zareczny 757-443-1431
 
Small Business Set-Aside
N/A
 
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 additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ (Request For Quote) is N00189-09-T-0409. The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-34 and DFARS Change Notice 20090115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed on full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The proposed contract action is for commercial service for which FISC Norfolk Contracting Department Norfolk Office intends to solicit and negotiate with only one source under the authority of FAR 13.501(a) (1) (ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals, however, all bids, proposals, or quotations received by closing date will be considered by the government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The service being purchased is for an Annual Maintenance and Repair of a Lenel Intrusion Detection System (IDS) per Statement of Work (SOW), see attachment for SOW. Period of Performance is 01-August-2009 through 31-July-2010. Sole Source provider Global Services Corp., 245 Westlake Rd., Fayetteville, NC 28314-4800. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009) Alternate I (APR 2002), (The offeror has completed the annual representati! ons and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009); 52.215-5 Facsimile Proposals (OCT 1997); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items (MAY 2009), the following clauses apply and are incorporated by reference: 52.219-28 Post Award Small Business Program Representat! ion (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-33 Payment by Electronics Funds Transfer-Central Contractor Registration (OCT 2003); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alternate A (SEP 2007) 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/ ; DFARS 252.232-7010 Levies on Contract Payments (DEC 2006), DFARS 252.225-7000 Buy American Act -Balance of Payments Program Certificate (JUN 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), The following clause is incorporated by reference, 5252.232-9402 Invoicing & Payment (WAWF) Instructions (APR 2008), The following clause is incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to r! esponsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business. All quotes shall include the requested items, with their unit prices, extended prices, and total price, FOB Point, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote 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. Responses to this solicitation are due by July 27, 2009 at 16:00 (4:00 PM). Offers can be emailed to david.zareczny@navy.mil, faxed to 757-44-1389/1333 Attention: David C Zareczny, Code 230B4, reference RFQ N00189-09-T-0409 on your proposal. NAICS Code 561621, size standard $12.5 Million. The proposed contract is a sole source unrestricted action. Numbered Notes: Number Note 22 Applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0409/listing.html)
 
Place of Performance
Address: NECC, NAB Little Creek, 1575 Gator Blvd., Bldg. 3504, Norfolk, Virginia<br />
Zip Code: 23521<br />
 
Record
SN01875654-W 20090717/090715235259-48617afa3986532d04dca0978927012d (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.