Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

59 -- Replace Fire Alarm Systems with Narrowband Systems PN:KJAQ112561

Notice Date
3/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
173 FW/MSC, Kingsley Field, 223 Arnold Street, Suite 35, Klamath Falls, OR 97603-1937
 
ZIP Code
97603-1937
 
Solicitation Number
W912JV-11-R-7001
 
Response Due
4/13/2011
 
Archive Date
6/12/2011
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
173 FW/MSC
(jody.owens@us.army.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 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; proposals are being requested and a written solicitation will not be issued. (1) CENTRAL CONTRACTOR REGISTRATION / WIDE AREA WORKFLOW: The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations using the Online Representations and Certifications (ORCA) at https://orca.bpn.gov/. The successful offeror shall be able to invoice electronically using the process available at Wide Area Workflow https://wawf.eb.mil/. Alternate payment methods are not authorized. (2) SET ASIDE: This solicitation is 100% set aside for small business; the associated NAICS code is 238210. The small business size standard is $14M averaged over the last three years. Size standards will be verified prior to making award by the Contracting Officer. THIS PROJECT IS NOT INTENDED FOR MANAGEMENT FIRMS OR BROKERS. (3) SITE VISIT: Kingsley Field Air National Guard Base 173rd Civil Engineering Office Klamath Falls, Oregon A MANDATORY SITE VISIT IS SCHEDULED FOR 30 MARCH, 10:00 A.M. PACIFIC STANDARD TIME. INTERESTED FIRMS SHALL PROVIDE THE FOLLOWING INFIORMATION TO MRS. LANE HALL MOORE VIA E-MAIL TO lane.hall@ang.af.mil NO LATER THAN 24 MARCH 2011: a. Company Name b. Visitor Name c. Driver License Number d. Country of Citizenship. THE SUBJECT LINE OF YOUR E-MAIL SHALL STATE "SITE VISIT - NARROWBANDS". FIRMS THAT FAIL TO PROVIDE THIS INFORMATION TIMELY MAY NOT BE GRATED ACCESS TO KINGSLEY FIELD AIR NATIONAL GUARD BASE FOR THE SITE VISIT. Per Federal Acquisition Regulation Clause 52.237-1, Site Visit; Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award. (4) EVLUATION AND AWARD: Award will be made on the basis of the lowest priced quote meeting or exceeding the salient characteristics listed in this solicitation. The Government intends to award one firm fixed price contract as a result of this solicitation. Failure to comply with the solicitation terms and conditions may result in a proposal being deemed as non-responsive. Read the solicitation carefully. Those systems or materials that are found to be non compatible to the existing system will be found non-responsive. (5) REQUESTS FOR INFORMATION: Requests for Information (RFI's) shall be e-mailed to the Contracting Officer (Jerry Fuls - jerry.fuls@ang.af.mil) within 5 business days of the solicitation close date. (6) UTILITIES: The Government will pay for the usage of utilities required to complete this work IAW FAR Clause 52.236-14, Availability and Use of Utility Services. (7) STATEMENT OF WORK: Reference the attached Statement of Work date entitled "Statement of Work Replace Fire Alarm Systems with Narrow Band Systems (Phase II), PN: KJAQ112561 dated 1 March 2011. (8) WAGE DETERMINATION: Service Contract Act wages apply to this acquisition. Wage Determination number: 2005-2439, Revision No. 11. Date of Revision 10/08/2010. (9) SCHEDULE: The Contractor will not be allowed to work on the base SDO (scheduled day off) Mondays without approval of Base Civil Engineering Office. The contract performance period of these services shall not exceed 90 calendar days. The successful offeror will be required to submit a schedule of work to allow for the 173rd Base Civil Engineering Office to coordinate appropriately with facility managers and users. (10) PRICE SCHEDULE: See below CLIN 0001 - B220 ZONES: 4 CLASS: B OLD PANEL: BT2-7 Trans. REPLACE OLD FIRE PANEL & WIDE BAND TRANSMITTER WITH NEW MONACO NARROW BAND M-2 FIRE ALARM PANEL WITH ENCLOSURE OR EQUAL (Reference the Statement of work for salient characteristics). CLIN 0002 - B229 ZONES: 4 CLASS: B OLD PANEL: BT2-7 Trans. REPLACE OLD FIRE PANEL & WIDE BAND TRANSMITTER WITH NEW MONACO NARROW BAND M-2 FIRE ALARM PANEL WITH ENCLOSUR OR EQUAL (Reference the Statement of work for salient characteristics). CLIN 0003 - B234 ZONES: 4 CLASS: B OLD PANEL: BT2-7 Trans. REPLACE OLD FIRE PANEL & WIDE BAND TRANSMITTER WITH NEW MONACO NARROW BAND M-2 FIRE ALARM PANEL WITH ENCLOSURE OR EQUAL (Reference the Statement of work for salient characteristics). CLIN 0003 - B239 ZONES: 4 CLASS: B OLD PANEL: BT2-7 Trans REPLACE OLD FIRE PANEL & WIDE BAND TRANSMITTER WITH NEW MONACO NARROW BAND M-2 FIRE ALARM PANEL WITH ENCLOSURE OR EQUAL (Reference the Statement of work for salient characteristics). CLIN 0004- B4004 ZONES: 4 CLASS: B OLD PANEL: BT2-7 Wideband REPLACE WITH NEW NARROWBAND BT2-7 RADIO KIT OR EQUAL (Reference the Statement of work for salient characteristics). (11) TO PROPOSE: Firms shall provide the following: A. Each CLIN shall be price separately. Provide a lump sum pricing for CLIN 0001, CLIN 0002, CLIN 0003 and CLIN 0004. Offeror shall also provide a TOTAL lump sum price for CLIN 0001, CLIN 0002, CLIN 0003 and CLIN 0004 (when added together). B. Manufacturer part number and extended specifications of the exact model being proposed for all line items. Offerors are urged to keep this documentation to 4 pages or less. C. Documentation that proposed installer(s) is/are authorized to perform work on Monaco systems. D. Copy of the Online Representations and Certifications. (12) PROPOSAL DUE DATE: Proposals shall be sent via e-mail to Jerry Fuls at jerry.fuls@ang.af.mil OR faxed to 541-885-6600 and received no later than 2:00 pacific standard time on April 13, 2011. Late proposals will not be accepted. Proposed pricing shall be valid for 45 calendar days. (13) PROVISIONS/CLAUSES: The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, Effective 31 Jan 2011. Clauses may not be in sequential order. 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their proposal) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.236-14 Availability and Use of Utility Services 52.237-2 Site Visit 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: 541-885-6600 52.232-18 Availability of Funds 252.201-7000 Contracting Officer's Representative 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.243-7002 Requests for Equitable Adjustment. 52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far or http://farsite.hill.af.mil/ (14) POC: Point of Contact for this acquisition is Jerry Fuls, 173rd Base Contracting Officer, Kingsley Field Air National Guard Base. Phone: 541-885-6495, E-mail jerry.fuls@ang.af.mil; Fax: 541-885-6600.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-1/W912JV-11-R-7001/listing.html)
 
Place of Performance
Address: Kingsley Field Air National Guard Base 223 Arnold Street, Suite 35 Klamath Falls OR
Zip Code: 97603-1937
 
Record
SN02399657-W 20110316/110314233927-84e3f49137e5056d1d4647e89a552f01 (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.