Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

J -- J058: Security System Upgrade

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909T0699
 
Response Due
9/25/2009
 
Archive Date
10/10/2009
 
Point of Contact
David C Zareczny 757-443-1431
 
Small Business Set-Aside
Total Small Business
 
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-0699. The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090825. 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. This action is a Full and Open Competitive Basis. FISC Norfolk, Contracting Department, Norfolk Office requests responses from qualified sources capable of providing; (1) 1 Group, Security System Upgrade per Statement Of Work. The SOW is an attached document in NECO's website. Delivery 30 Days ARO, FOB Point: Destination. 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 (AUG 2009) Alternate I (APR 2002), (The offeror has completed the annual representations 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); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items (SEP 2009), the following clauses apply and are incorporated by reference: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2009), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-33 Payment by Electronic 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) Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2009), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). The foolowing 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 responsible offeror! s. 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, 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 September 25, 2009 at 18:00 (6:00 PM). Offers can be emailed to david.zareczny@navy.mil, faxed to 757-44-1389/1333 Attention: David C Zareczny, Code 230B3, reference RFQ N00189-09-T-0699 on your proposal. NAICS Code 811219, size standard $7.0M. The proposed contract is full and open competitive basis and 100% small business set aside. Numbered notes: Number 1 applies
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0699/listing.html)
 
Place of Performance
Address: Norfolk Naval Base, ATAC, BLDG. SP-237, Norfolk, Virginia
Zip Code: 23511
 
Record
SN01961504-W 20090920/090919001150-5002707be637425dd8b735e83ab2c6c9 (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.