Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

58 -- Secondary Crash Network with at least 12 ports

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
155 ARW/MSC, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W9124312T0605
 
Response Due
4/16/2012
 
Archive Date
6/15/2012
 
Point of Contact
Jennifer Eloge, 4023097596
 
E-Mail Address
155 ARW/MSC
(jennifer.eloge@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial product and installation 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W91243-12-T-0605 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. This procurement is a full and open. The NAICS code is 517911. This is reserved for small business.The following commercial item/service is requested in this solicitation; 0001 -Secondary crash network at least 12 ports QTY 1 EA 0002- installation The installation will be in Lincoln Nebraska 68524. Please see attached statement of work below for details on this product which must include installation. Statement of Work for Secondary Crash Net Require a standalone secondary crash net (SCN) (phone system) with at least 12 extensions. The system will activate by picking up the extension by the activating authorities or by use of a digital menu system. It will simultaneously and instantly ring out to all extensions on the network. All agencies on the SCN must use a noise reduction feature such as push-to-talk handsets or a filter that removes background noise. This system will require activation capability in both the Command Post and Airfield Management Operations (AMOPS). Both of these offices also require the capability to receive in case they are not the activating office. These activating extensions (2) must be equipped with a touch screen visual display that activates as each two-way party on the SCN picks up the handset. The contract must include installation and training on the use of the system. The following provisions and clauses apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: 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 Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Invoicing. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to MSgt Eloge at: Fax 402-309-7549; e-mail jennifer.eloge@us.army.mil; or mail directly to 1234 Military Rd, Lincoln NE 68508. Quotes are required to be received no later than 1:30 PM CST, Monday April 16, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25-1/W9124312T0605/listing.html)
 
Place of Performance
Address: 155 ARW/MSC 1234 Military Road, Lincoln NE
Zip Code: 68508-1092
 
Record
SN02711534-W 20120404/120402235002-d11323fe9b6f33649d29ae1e7ddbff34 (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.