Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

J -- CCTV Maintenance - PWS

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4707-11-Q-0117
 
Archive Date
10/1/2011
 
Point of Contact
David Stemple, Phone: 2699615372
 
E-Mail Address
david.stemple@dla.mil
(david.stemple@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CCTV PWS Defense Logistics Agency has a requirement for Closed Circuit Television System Maintenance and Repair. This is issued as Request for Quotation (RFQ) # SP4707-11-Q-0117. Place of performance is Columbus, Ohio. Inspection, acceptance and F.O.B. are at destination, Columbus, Ohio. Delivery shall be as stated in the attached Performance Work Statement (PWS). 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-53. This acquisition is set-aside 100% for small business concerns, and the associated NAICS code is 517110 with a SBA size standard of 1,500 in employment. Offerors shall provide a price for each contract line item number (CLIN) in their quote. Quotes with quantities of less than requested or products other than those requested will be deemed technically unacceptable. CLIN Descriptions: (Reference Attached PWS) CLIN 001: CCTV Hardware Move to New AV Rack CLIN 002: CCTV Maintenance Base Year CLIN 003: CCTV Maintenance Option Year One CLIN 004: CCTV Maintenance Option Year Two The evaluation factor(s) for award is; lowest-price, technically acceptable. Any resulting contract or order will be firm-fixed price. Offeror shall provide past performance documentation indicating prior successful completion of identical or similar projects. Past Performance will be evaluated on a pass/ fail basis. If no past performance is submitted, or past performance is determined insignificant or irrelevant, the quote shall be rated technically unacceptable. A site survey, as directed in the attached Performance Work Statement, shall be completed. Failure to complete the site survey within the required timeframe shall result in a rating of technically unacceptable. Site surveys shall be scheduled by contacting Roger Maddux at 614-692-8741 or Gayle Wolfe at 614-692-8449, and must allow a maximum duration of one hour within normal working hours of M-F 0700 to 1700 federal holidays excluded. Place "SP4707-11-Q-0117" in the subject field of any e-mail correspondence. Site Surveys are required to be completed by September 12, 2011 at 5:00 PM EST. Questions regarding this RFQ should be addressed during the site survey, or submitted in writing and are due by September 12, 2011 at 5:00 PM EST. All answers to questions will be posted to this announcement as a update/ change. Questions submitted after this deadline will not be addressed. Quotes are due by September 16, 2011 at 5:00 PM EST. Late quotations shall not be accepted. Please include your Cage code with your quote. Questions and/or quotations may be submitted by e-mail to David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, or by FAX: (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (Jun 2009) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Aug 2009) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Mar 2009) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sept 2009) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) In paragraph (b) the following clauses apply: _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (9) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). _X_ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X_ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). _X_ (31) 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). _X_ (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). _X_ (43) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). In paragraph (c) the following clauses apply: _X_ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). Item Identification and Valuation (JUN 2005)-DFARS 252.211-7003. Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) -- DFARS 252.212.7001 In paragraph (b) the following clauses apply: (1) __X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/70443e53ed8f50bbf7f3508ed3558e32)
 
Place of Performance
Address: Defense SUpply Center Columbus, 3990 E. Broad Street, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02553489-W 20110831/110829235335-70443e53ed8f50bbf7f3508ed3558e32 (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.