Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
MODIFICATION

60 -- INSTALLATION OF COMMUNICATION WIRING

Notice Date
3/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-10-T-JH02
 
Archive Date
3/18/2010
 
Point of Contact
Jackie D Handley, Phone: 757-763-2441
 
E-Mail Address
jacqueline.handley@nsweast.socom.mil
(jacqueline.handley@nsweast.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 in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation H92243-10-T-JH02 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, JEB Little Creek, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated naics code is 238210 and the Small Business Size Standard is $14.0M. This is a small business set-aside. CLIN 0001 - Provide labor and material for the installation of network cable infrastructure services in building 3889, JEB Little Creek, Norfolk, Va 23459. The network telecommunication services will include cable and conduit installation for both the classified and unclassified government system. Location of new drops will be determined upon site visit. Installation to include providing material, installataion and testing for 53 new unclassified green lines. Providing material, installation testing for 54 new classified red lines. Providing material, installation testing for relocation of approximately 68 each existing network drops both red and green to improve network operational capabilities and network efficiency. Provide installation and testing of two each 48 port CAT-5e patch panels in existing equipment rack. Provide specific, and complete details in your response to clearly and fully demonstrate your company has a thorough understanding of the requirements for the accomplishment of the service. Proposal must include a detailed equipment listing and labor breakdown by category. Only written questions regarding this announcement will be accepted. ALL questions pertaining to this solicitation must be submitted in writing by 2:00 p.m. on Tuesday, March 9, 2010. Provide 2 examples of orders where same/similar work has been performed by your company within the past 3 years. For site visit or technical information contact LT Brian Christner, tel: 757-763-2404, LT Clifford Kelsey, tel: 757-763-2402 or Wally Waipa, tel: 757-462-5195. All technical questions can be asked and will be answered at the site visit. Site visit is required to view location of existing network drops and view current configuration. Technical questions asked after the site visit and questions concerning this solicitation, please submit in writing to Jackie Handley at jacqueline.handley@nsweast.socom.mil. Telephone requests will not be honored.. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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 will be used to evaluate offers: technical capability, past performance, and price. Technical capability and past performance are equally more important than price Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed online at http://www.ccr.gov The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. Representations and Certifications shall be completed via the ORCA website https://orca.bpn.gov The following provisions and clauses apply to this acquisition: FAR 52.203-3 - Gratuities FAR 52.203-6 - ALT Restrictions on Subs FAR 52.212-1 -- Acquisition of Commercial Items Provisions and Clauses FAR 52.204-2 - Security Requirements FAR 52.204-7 Central Contractor Registration FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation), FAR 52.219-6 -- Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.222-3 -- Convict Labor FAR 52.222-19 -- Child Labor, Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans FAR 52.222-37 - Employee Reports FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 -- Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.243-1 -- Changes -- Fixed-Price, FAR 52.247-34 -- F.o.b. Destination, FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 -- Authorized Deviations in Clauses, DFARS 252.204-7004 Al t A - Central Contractor Registration DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.209-7004 - Subcontracting with Terriorist Owned Firms DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.243-7002 - Requests for Equitable Adjustment DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications 5652-204-9003 Disclosure of Unclassified Information (2007) For site visit or technical information contact LT Brian Christner, tel: 757-763-2404. All technical questions can be asked and will be answered at the site visit. Quotations are due 17 March 2010 by 11:00 a.m. EST Email: jacqueline.handley@nsweast.socom.mil or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-10-T-JH02/listing.html)
 
Place of Performance
Address: 1300 HELICOPTER RD, BLDG 3854, VIRGINIA BEACH, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02090335-W 20100313/100311235631-fcfcd35f98a5f04ddd7aa2d17235640f (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.