Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

J -- Maintenance and Repair Services for Audiovisual and Paging System - Package #1

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants Eastern Region 4, 61 Forsyth Street, Suite 22T64, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
RG04-10-0007
 
Archive Date
9/3/2010
 
Point of Contact
Lucrecia M. Applewhaite, Phone: 4045625762
 
E-Mail Address
Lucrecia.Applewhaite@ssa.gov
(Lucrecia.Applewhaite@ssa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) And Equipment List The Social Security Administration (SSA) is seeking quotations for on-site preventive maintenance and repair services of government-owned audiovisual and paging systems that are located throughout the Birmingham Social Security Center building, located at 2001 12 th Rev Abraham Woods, Jr. Blvd, Birmingham, AL 35285. This notice is a combined synopsis/solicitation for commercial items (as defined by Federal Acquisition Regulation (FAR) 2.101) prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested at this time. A written request for quotation (RFQ) will not be issued. This acquisition is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. This is a small business set aside per next paragraph. The solicitation number is RG04-10-0007. OBJECTIVE: The objective of this solicitation is to obtain firm fixed pricing for a base year with four option years, for on-site preventive maintenance and repair. This is a small business set aside. The vendor shall f urnish all supplies, materials, tools, equipment, permits, licenses, and labor necessary to perform the work specified. To the maximum extent possible, all work shall be scheduled and accomplished in a manner that minimizes interference with the normal work and activities of the employees in those specific areas containing audio visual and paging equipment. The equipment and systems to be maintained and repaired include all items in the attachment. This includes all cabling and wiring within the audiovisual and paging systems (including any associated parts installed). These items are found throughout the building. A majority of the items are found on the first and second floors. Items are Located in classrooms, meeting rooms and conference room areas. The contractor shall not change or alter the existing equipment or any electrical circuits, controls or other items without written authorization from the GSA contracting officer. If changes are authorized, appropriate drawings and/or specifications should be furnished to the SSA TPOC showing "as‑built" conditions. All parts or components installed, or improvements made during the term of this contract, shall become the property of the Government. The Government reserves the right to make additions or deletions of equipment, accessories, or operating requirements covered. At least (15) calendar days written notice of the Government's intent to make a change will be given. Any such changes that affect the total cost of performing the work will be implemented bilaterally. The work areas should be kept in clean and orderly manner. In all areas, a cleanup should be preformed to pickup all debris and leave the area in a neat and clean condition. Remove all trash, packaging and discards. Upon contract acceptance, the contractor will present the scope and plan for completing this request at a pre-startup meeting. During this meeting, the contractor will present the initial installation schedule, provision and replacement of equipment, concept, individual item PM schedule and a list of employees for security clearance. This meeting will include SSA's technical point of contact and representatives, and will be held prior to the start of any installation or work. For further details, see attached Statement of Work (SOW) and List of Audio Visual Equipment. TERMS AND CONDITIONS: The provisions of FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (June 2010) are incorporated by reference. FAR 52.212-5 (July 2010) applies as follows: (b)(1), (b)(10), (b)(19), (b)(21), (b)(22), (b)(23), (b)(24), (b)(25), (b)(26), (b)(33), (b)(38), (c)(1),( c)(2), (c)(3). The following Agency Specific clause applies: AS 0401 (October 2008) - Security and Suitability Requirements. (See attached) FAR 52.217-8 Option to Extend Services (November 1999) FAR 52.217-9 Option to Extend the terms of the Contract (March 2000) INSTRUCTIONS FOR SUBMITTING QUOTATIONS: The provisions of FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies and is hereby tailored as follows: Paragraph (a) The NAICS Code is 811213. Paragraph (b)(8) - A completed copy of the representations and certifications at FAR 52.212-3 (August 2009 version) is required as part of the quote. If the vendor has not completed the annual representations and certifications electronically at http://orca.bpn.gov, then a completed copy of the provision at 52.212-3 may be downloaded from http://farsite.hill.af.mil/vffar1.htm must be submited. Paragraphs (e), (h) and (I) do not apply to this acquisition. Vendor must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the vendor is not registered in the CCR, it may do so through the CCR website at https://www.bpn.gov/ccr/default.aspx The following additional information applies: All quotes shall include a response to each section of the SOW as to how the vendor intends to meet the requirement, a price quote, a copy of the vendors' most recently published price list(s), a Data Universal Numbering System (DUNS) number, and the Technical Support Number for maintenance calls. Any shipments associated with the purchase order award shall be on an F.O.B. destination. Quotations shall be sent electronically to Lucrecia.Applewhaite@ssa.gov no later than 2:00 p.m. EST on Thursday August 20, 2010. All questions regarding this RFQ must be submitted electronically to the above email by Tuesday August 17, 2010; reference [TO BE DETERMINED]. Telephone calls and faxed quotations will not be accepted. EVALUATION CRITERIA: The provisions of FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) (Custom Tailored), for evaluation purposes, the Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforms to the requirements of the solicitation in terms of technical acceptability and lowest price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/SSAR4/RG04-10-0007/listing.html)
 
Place of Performance
Address: SOCIAL SECURITY ADMINISTRATION, Birmingham Social Security Center (BSSC), 2001 12 12th. Rev. Abraham Woods, Jr. Blvd, Birmingham, Alabama, 35285, United States
Zip Code: 35285
 
Record
SN02242458-W 20100818/100816235615-0047f4e890fc5687355555527ff39c62 (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.