Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
MODIFICATION

Z -- Upgrade/Replace Fire Alarm Equipment

Notice Date
8/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Fort Leonard Wood DOC, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S710T0117
 
Response Due
9/1/2010
 
Archive Date
10/31/2010
 
Point of Contact
David Hale, 573-596-0260
 
E-Mail Address
Fort Leonard Wood DOC
(david.hale1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following Solicitation Has Been cancelled: The requirement will be re-issued as a construction requirement in the near future. Recovery: OSD#382 Upgrade/Replace Fire Alarm Equipment Project Number 38860 All items specified in this combined synopsis/solicitation are funded with Recovery Act funds. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. Solicitation number W911S7-10-T-0117 is issued as a request for quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 10 September 2009. This is a total (100%) Small Business set-aside under NAICS 334290 with a size standard of 750 employees. Ft. Leonard Wood MO requires the following items: 0001: U/G Fire Alarm Eq: Upgrade the current fire alarm building transceivers by removing the existing BT-2 & BT-3 fire alarm building transceivers on 275 buildings and replace with Monaco or equal BT-XF fire alarm building transceiver kits. The transmitters must report directly to the central receiving station without any interface as required. Transceiver shall be capable of operating on a single frequency of VHF bandwidth (138.925MHz). Re-use of existing antenna network for FSK upgrade is permitted. The transmission range shall be capable of line of sight transmission (approximatly 5 miles) between E911 Center at Waynesville and Bldg 580 to Fire Station One at Fort Leonard Wood and communicating with building transceivers throughout the post. See Attachment 1 for the Statement of Work and detailed technical specifications. See Attachment 2 for listing of buildings and number of zones required. This acquisition is a Brand Name or Equal in accordance with FAR 52.211-6. Monaco part nubmers and item references are offered as an example only. Example item may be viewed at http://www.monaco.com. Vendors must quote the brand name or the equivalent of the brand name to be considered for award. To be considered for award offerors of equal products must meet all of the salient characteristics listed above. Vendors must clearly identify the offered item by brand name, make or model number, provide descriptive literature such as illustrations; specification sheets that clearly demonstrate that the offered item meets the salient characteristics listed above. Vendors must clearly describe any and all modifications to the offered item that will make it conform to the salient characteristics listed above. The contracting Officer will evaluate equal products on the basis of the information provided by offerors. Unless the offeror clearly indicates in its quote that the item being offered is an equal product the offeror shall provide the brand name item specified in this solicitation. The following FAR provision is incorporated into this RFQ: 52.211-6 Brand Name or Equal. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, FAR 52.204-11 American Recovery and Reinvestment ActReporting Requirements,FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644); 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-19 Child Labor--Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582); 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631)- Alternate III (MAY 2002) of 252.247-7023; FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.232-32 Performance-Based Payments. FAR 52.252-2 Clauses Incorporated by Reference (provisions and clauses may be accessed at http://www.farsite.hill.af.mil,http://www.arnet.gov/far, http://www.acq.osd.mil/dpad/dars/dfars/index.htm, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7004 DOD Progress Payment Rates.; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. 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: (1)technical capability of the item offered to meet the Government requirement; (2)price (3)past performance (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. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Technical questions shall be submitted in writing to david.hale1@us.army.mil no later than 3:00pm CDT 3 June 2010. Quotes are due no later than 12:00pm Central Daylight Time on 11 June 2010. Quotes shall be submitted via e-mail to david.hale1@us.army.mil. or via USPS or commercial deliver service to: MICC-DOC Ft. Leonard Wood, ATTN: David Hale; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-10-T-0117 in the subject line. The point of contact for this solicitation is David Halel, Contract Specialist; phone (573) 596-0260 (collect call will not be accepted) or via e-mail at david.hale1@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c20f1de1026c9ff7f3968c9f8587f19)
 
Place of Performance
Address: Fort Leonard Wood DOC Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN02230378-W 20100807/100805235537-0c20f1de1026c9ff7f3968c9f8587f19 (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.