Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

99 -- Safes

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
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-0291
 
Archive Date
8/25/2009
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
(kenneth.brumfiel@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being requested as a Request for Quote (RFQ); solicitation number is H92244-09-T-0291, as a Firm Fixed Price (FFP) type contract with fixed unit prices. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, effective 15 July 2009. North American Industrial Classification Code (NAICS) 332999 applies to this procurement. This procurement is a 100% Small Business Set Aside. The size standard is 500 Employees. The DPAS rating for this procurement is DO-C9. Schedule of Supplies/Services CLIN 0001: Qty: 1, Description: Honeywell Digital Anti-Theft Safe Model 2025; Qty: 1, Description: Honeywell Digital Anti-Theft Safe Model 2025; Qty: 1, Description: AMSEC Electronic Security Safe Model ES813 B-Rated Burglary Safe; Qty: 1, Description: LaGard LG1730 Dial w/LG3330 Deadbolt Lock Kit Assembly (UL Group 2 Lock); Qty: 1, Description: Adesco Deposit Safe Model JO-626 2 Under Counter Safe; Qty: 1, Description: Honeywell Electronic Safe Model 2072; Qty: 1, Description: Townsteel Security Safe Model 230BES-D; Qty: 1, Description: Townsteel Security Safe Model 230BLS-D; Qty: 1, Description: Townsteel Security Safe Model TD-30; Qty: 1, Description: Mesa Hotel and Residential Safe Model MH101E; Qty: 1, Description: LaGard LG Basic II Electronic Lock Kit w/LAG4200 Swingbolt (UL Group II Rated); Qty: 1, Description: Honeywell Insulated Digital Anti-theft Safe Model 2077D; Qty: 1, Description: Gardell Microwave Fire Safe Model MS119-G-CK (K.I.S 1 hour rated fire safe); Qty: 1, Description: Baron Fireproof Safe Model FS1215E (1 hour fire rated safe); Qty: 1, Description: V-Line Quick Vault Wall Safe Model 41214-S; Qty: 1, Description: SafeandVaultstore Depository Safe Model DS141414C; Qty: 1, Description: Lagard Mechanical Redundant Lock w/33Efirmware; Qty: 1, Description: Secure Logic Keypad Wall Vault Model 20710 CDOJ Burglar Rated; Qty: 1, Description: SafeandVaultStore Utility Burglar Chest Model UC-2020 B-Rated Burglary); Qty: 1, Description: Honeywell Executive Gun Safe Model 2584D (Fire Rated 30 Minutes CDOJ Burglary Rated); Qty: 1, Description: Honeywell Protector Gun Safe Model 6740 Fire Rated 15 Minutes CALIF DOJ Burglar Rating; Qty: 1, Description: Secure Logic InvisiVault Model 20720 CDOJ Burglar rated; Qty: 1, Description: AMSEC TF Series Gun Safe Model TF6030 Fire Rating 30 Minutes CDOJ Burglary; Qty: 1, Description: Ironman Gun Safe Model 6024 30 Minute Fire Rating UL RSC Burglar Rating; Qty: 1, Description: Ironman Residential Vault Door Model 6630 30 Minute Fire Rating UL RSC Burglar Rating; Qty: 1, Description: Schwab Vault Door Model 7832-4 UL Fire Rating 4 hours, UL B-Rated Burglary Door; Qty: 1, Description: Amsec Vault Door Model VD8030; Qty: 1, Description: Hamilton Vault Door Model UL1 Class I rating; Qty: 1, Description: AMSEC Deposit Safe Model ACF4824DS Double Door Deposit Safe UL TL-30 Burglary Rating; Qty: 1, Description: Honeywell Laptop Safe Model 3040D; Qty: 1, Description: Perma-Vault Pistol Safe Model PVB-5813-M w/MEDCO Lock; Qty: 1, Description: Tidel Cash Dispensing Safe Model TACCIII Including Thermal Printer 88 Tubes B Rated Burglar; Qty: 1, Description: Hamilton Vault Door Model 7110-00-935-1886-A GSA Class 5; Deliver to: NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, 30 days after receipt of order; FOB: Destination CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep-07 FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper Aug-00 FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Sep-07 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.209-5 Certification Regarding Responsibility Matters Dec-08 FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Sep-06 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Mar-09 FAR 52.219-6 Notice Of Total Small Business Set-Aside Jun-03 FAR 52.219-8 Utilization of Small Business Concerns May-04 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep-06 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun-98 FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-06 FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees Dec-04 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-17 Interest Nov-08 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Disputes Jul-02 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.244-6 Subcontracts for Commercial Items Mar-09 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Item Identification and Valuation Aug-08 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7012 Preference For Certain Domestic Commodities Dec-08 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea ALT III May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H SOFARS 5652.204-9004 Foreign Persons (2006) Section K SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations 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 representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 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, technical capability and delivery. Technical capability and delivery are significantly more important than price. (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 52.209-1 Qualification Requirements Feb-95 FAR 52.212-2 Evaluation -- Commercial Items Jan-99 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jul-09 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) Apr-09 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jun-05 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-09 SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) Section L SOFARS 5652.232-9003 Paying Office Instructions (2005) Section G SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) Section I 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. 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 via email to Kenneth Brumfiel. Questions will be accepted until August 7, 2009 @ 8:00 AM EST and posted later that day. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. 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. Point of contact for this procurement is Kenneth Brumfiel at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, phone: (757) 893-2716, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 AM. Eastern Standard Time (EST) on 10 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-09-T-0291/listing.html)
 
Record
SN01900748-W 20090807/090806001919-e06f532783ca4c0bc8cadc62d0ea1229 (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.