Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

63 -- SECURITY SYSTEM

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC0168AG01
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Nicole Fisher, 509-247-7222
 
E-Mail Address
141 ARW/MSC
(nicole.fisher@us.af.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. This is a combined synopsis/solicitation for supplies 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. Reference number F6THCC0168AG01 issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Regulation Supplement (DFARS) change notice 20100623. This solicitation is set aside for small business; the associated NAICS code is 334290 and small business size standard is 750 EMPLOYEES. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 11:00 AM Pacific Time on 07 SEPT 2010 to BOTH Nicole.fisher@us.af.mil AND Heidi.weber.@us.af.mil 509-247-7224/2 FAX 509-247-7225. ELECTRONIC OFFERS PREFERRED. ALL QUESTIONS MUST BE SUBMITTED BY EMAIL NO LATER THAN 72 HOURS PRIOR TO BID CLOSE DATE. *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* This requirement is for the purchase of: SECURITY SYSTEM ALARMS NEED TO BE COMPATIBLE WITH THE ADVANTOR ALARMS SYSTEM ALREADY INSTALLED ON BASE WHERE THEY ARE MONITORED 0001-AA (QTY 1) INFRAGUARD PANEL DEDICATED TEL LINE W/MODEM PART#: INF DED TEL 0002-AA (QTY 1) INF TOUCH SCREEN KEYPAD PART#: INF TSK DISPLAY 0003-AA (QTY 1) ACT TSK DISPLAY MOUNTING BOX PART#: 07917202 0004-AA (QTY 1) SENTROL 2707A BMS PART#: 08060134 0005-AA (QTY 1) KIT 2707A BMS INSTALLATION PART#: 490000101 0006-AA (QTY 1) DETECTION SYSTEMS, DS938z, CEILING MOUNT PIR, 360 DEGREES PART#: 08060480 0007-AA (QTY 1) KIT CEILING MOTION INSTALLATION PART#: 49000301 0008-AA (QTY 1) DITEK SL30A 30V SNAP-IT TELEPHONE SURGE PROTECTOR FOR 66 BLOCK (IMI) PART#: 08064240 0009-AA (QTY 1) SWW 110254 22/6 OAS PLENUM PART#: 08061676 0010-AA (QTY 1) LOT - CONDUIT, CONNECTORS, MOUNTING HARDWARE 0011-AA (QTY 1) INSTALLATION / TRANSPORTATION / OTHER DIRECT COSTS Wage rate: WD 05-2567 (Rev.-14) was first posted on www.wdol.gov on 08/24/2010 applies for all installation costs over $2500 as does the Service Contract Act 0012-AA (QTY 1) CONTRACTOR MANAGEMENT REPORTING 1 EA Contractor Manpower Reporting is an Army Initiative and System that was implemented on Mar 8, 2005. It is a business process designed to obtain better visibility of the contractor service workforce from Contractors supporting the Army. The process was created to collect information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. Please read the implementation language below, it will include the web-site address in which the information is entered. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. *IMPORTANT!!! Information must be reported within 30 business days after the completion of this contract. Report due on N/A - solicitation. The following is what you will need to add Location Information to your contract which will already exist in the CMR system. Contract Number: W912K3-*-- FSC Code: S10 (Services) Direct Labor Hours: estimated time spent working at the site Direct Labor Dollars: money spent for the direct labor assistance Fiscal Year of Labor Dollars/Hours: defaulted to the current Fiscal Year Country: defaulted to the United States State: select the state the service was rendered by clicking on the drop down box Zip Code: type in the zip code with four-digit extension of where the service was rendered City or Installation of Service: type the city of where the service was rendered **ALL ABOVE NAME BRANDS ARE FOR REFERENCE ONLY. OR EQUAL PRODUCTS WILL BE ACCEPTED. ** ALL QUOTES MUST INCLUDE SHIPPING, INSTALLATION, AND DELIVERY COSTS Delivery requirement: 30 days ARO, FOB Destination to McChord, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7 Central Contractor Registration FAR 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability The Government will evaluate offers for award purposes. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation" DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.246-7000, Material Inspection And Receiving Report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC0168AG01/listing.html)
 
Place of Performance
Address: 141 ARW/MSC Washington Air National Guard McChord AFB WA
Zip Code: 98439
 
Record
SN02259917-W 20100901/100830234849-deb5938a8c8a96b6a963104b92ddde52 (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.