Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

63 -- SOLE SOURCE - KELTRON ALARM AND RECIEVER AND LIFE SAFETY EVENT MANAGEMENT SYSTEM

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018911T5423
 
Response Due
9/23/2011
 
Archive Date
10/8/2011
 
Point of Contact
Rebecca Natal 757-443-1370
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with ONLY ONE SOURCE under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement The solicitation number is N0018911T5423 is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110916. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 336610 (500 employees). This firm fixed price procurement. The Government s required supply items are listed below: KELTRON ALARM AND RECIEVER AND LIFE SAFETY EVENT MANAGEMENT SYSTEM 1 INSTALL CP703 CENTRAL PROCESSOR WITH SOFTWARE ASSOCIATED HARDWARE FOR DIRECT CONNECT INPUTS 1 INSTALL LS7000 AUTOMATION INTERFACE SOFTWARE 1 INSTALL LS7000 SINGLE USER SYSTEM 1 INSTALL INTEGRATED SURFACE ACOUSTIC WAVE TOUCH SCREEN 1 INSTALL DMP703 ALARM RECIEVER INTERFACE SOFTWARE 1 INSTALL LSNET ETHERNET SOFTWARE 1 INSTALL EVENT/REPORT PRINTER 1 INSTALL SYSTEM BATTERY UPS PROVIDE ON-SITE TWO DAY FACTORY TRAINING FOR DISPATCH PERSONNEL Delivery location is: NAVAL STATION GREAT LAKES GREAT LAKES, IL Delivery Date: Delivery schedule required from interested parties to be reviewed by end user FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Responses to this solicitation are due by 5:00 p.m. EST on Friday 23 Sept, 2011. DO NOT use the submit bid button on NECO to submit your proposal. Offers should be emailed to rebecca.natal@navy.mil; Telephone: 757-443-1370. Reference RFQ: N0018911T5423 on your quote. Oral communications are not acceptable in response to this notice, emailed questions will not be accepted after Thursday 22 Sept 2011. All responsible sources may submit a quote which shall be considered by the agency. All responsible sources may submit a quote which shall be considered by the agency. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contracting Registration 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items and ALT I 52.212-4 Contract Terms and Conditions - Commercial Items Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items the following clauses apply and are incorporated by reference: 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 w/Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sept 10) 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-CCR 52.247-34 F.O.B. Destination (Nov 1991) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product 252.211-7003 Item Identification and Valuation 252.204-7004 Required Central Contractor Registration. Alternate A Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.225-7001 Buy American Act and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Program Request 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.232-7010 Levies on Contract Payments 5252.232-9402 Wide Area Workflow (WAWF) 5252.243-9400 Authorized Changes by KO (FEB 08) 5252.NS-046P Prospective Contractor Responsibility
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911T5423/listing.html)
 
Record
SN02586213-W 20110923/110921235920-be349fe2a48e8469cf2fd7b8df1cb385 (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.