Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

N -- DITCO-PAC Conference Room Projection System - Conference Room CLIN Description - Conference Room Photos - Conference Diagram

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Pacific, 477 Essex Street, Pearl Harbor, Hawaii, 96860-5815
 
ZIP Code
96860-5815
 
Solicitation Number
HC1019-09-T-9049
 
Point of Contact
Margaret Becker, Phone: 8084720282, Marisha K. Catian, Phone: 8084726680
 
E-Mail Address
margaret.becker@disa.mil, marisha.catian@disa.mil
(margaret.becker@disa.mil, marisha.catian@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Conference Diagram - need Visio software to view. Conference Room Photos Conference Room CLIN Description This is a COMBINED SYNOPSIS/SOLICITATION for commercial items and services 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 the additional information included in this notice. This announcement constitutes the only solicitation. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both. The RFQ number is HC1019-09-T-9049. This 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 in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 238210 and the Small Business Standard is $14 Million. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. "One or more of the items under this acquisition is subject to Free Trade Agreements." The proposed contract is 100% set aside for small business concerns. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The following is a list of attached documents: 1. Conference Room CLIN Description 2. Conference Room Photos 3. Conference Diagram The Defense Information Technology Contracting Office, Pacific (DITCO-PAC) requests responses from qualified sources capable of providing: Design, Implementation, and Installation of DITCO-PAC Conference Room Projection System as described in the attached Conference Room CLIN Description, Attachment 1. The resultant contract will be Firm Fixed Price. Delivery is 30 Days After Reciept of Order (ARO); Delivery Location is FOB Destination, Delivery POC as follows: DITCO-PAC, ATTN: Chad Morikami, 477 Essex Street, Bldg 77 Room 180, Pearl Harbor, HI 96860-5815. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.204-9001 Contract/Order Closeout - Fixed Price, Time-and-Materials, or Labor-Hours. 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the applicable clauses of 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1 Privacy or Security Safeguards 52.215-5 Facsimile Proposals; 52.216-1 Type of Contract; 52.216-2 Economic Price Adjustment - Standard Supplies; 52.228-5 Insurance - Work on a Government Installation; 52.229-3 Federal, State and Local Taxes; 52.232-18 Availability of Funds; 52.233-1 Disputes; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 252.204-7004 Alt A Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the applicable clauses of 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payment Program, 252.243-7002 Requests for Equitable Adjustment, and 252.247-7023; 252.223-7001 Hazard Warning Labels; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252-225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: 52.232-9000 Wide Area Workflow (WAWF) 52.204-9000 Points of Contact This announcement will close at 4:00 PM, Hawaii Standard Time on 29 July, 2009. A Site Survey will be held on Thursday the 23rd of July, 2009 at 9:00 AM Hawaii Standard Time at DITCO-PAC Conference Room, 477 Essex Street, Bldg 77 Room 180, Pearl Harbor, HI 96860-5815 located on Ford Island. If you wish to attend the Site Survey contact Margaret Becker via email at margaret.becker@disa.mil no later than 4:00PM HST on 20 July, 2009 with the following information: 1. Company Name 2. Each individual in party must provide: Name, Date of Birth, Place of Birth, and Social Security Number 3. Each Vehicle in party must provide: Make/Model/Color/License Plate info of the vehicle. Interested vendors who do not provide the above required information and request by the date shown above will not be granted base access to attend the Site Survey. Following the Site Survey, Quotes are due at 4:00 PM, Hawaii Standard Time on 29 July, 2009 via email to margaret.becker@disa.mil. Quotes will be evaluated on the basis of low cost technically acceptable. Quotes shall be based on the Conference Room CLIN Description Attachment 1, Conference Room Photos Attachment 2, Conference Diagram Attachment 3 (need Visio software to view), and the Site Survey. Quotes shall include the following: 1. Price Proposal: Vendors shall provide pricing at the SUBCLIN level (Example 0001AB, 0001AC), CLIN level (0001-0005) and provide a Grand Total of all CLINS combined listed in Attachment 1. In addition, pricing for CLIN 0005 Labor shall include the estimated hours and labor rate. 2. Responses shall clearly indicate the capability of the quoter to meet all specifiations and requirements, including schedule of installation and product availabilty. 3. Copy of 52.212-3 and its ALT I as described above in applicable clauses. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation *******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTP/HC1019-09-T-9049/listing.html)
 
Place of Performance
Address: Delivery Location is FOB Destination, Delivery POC as follows: DITCO-PAC, ATTN: Chad Morikami, 477 Essex Street, Bldg 77 Room 180, Pearl Harbor, HI 96860-5815., Pearl Harbor, Hawaii, 96860-5815, United States
Zip Code: 96860-5815
 
Record
SN01877540-W 20090718/090717000133-71b200a06419321bcf2e6f3b3f59a84b (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.