Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

59 -- Wide Area Mass Notification System, Pease Air National Guard Base, Newington, New Hampshire

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
157 MSG/MSC Contracting Office, 302 Newmarket ST Bldg 145, PEASE ANGB, NH 03803-0157
 
ZIP Code
03803-0157
 
Solicitation Number
W912TF-13-R-0501
 
Response Due
6/25/2013
 
Archive Date
8/4/2013
 
Point of Contact
bin.huang, 6032275057
 
E-Mail Address
157 MSG/MSC Contracting Office
(bin.huang.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
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 solicitation, W912TF-13-R-0501, is being issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-66 dated April 1, 2013. This requirement is unrestricted. The NAICS code is 238210 Electrical Contractors and Other Wiring Installation Contractors, Size Standard is $14,000,000.00 FAR 52.232-18 Availability of Funds - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The United States Property and Fiscal Office New Hampshire has a requirement for a contractor to furnish, install, integrate and test a wide area mass notification system to provide real-time information to indoor and outdoor areas at Pease Air National Guard Base (PEASE ANGB), NH in compliance with DoD antiterrorism requirements as specified in DoD Unified Facilities Criteria (UFC) 4-010-01. Please see attached Statement of Objectives (SOO) for more detailed information of requirements, which may be accessed by clicking the quote mark Additional documentation quote mark link at the bottom of this page. ** Amendment 1: Site visit is scheduled for May 24, 2013 at 9:00 AM EST instead of May 20. Please send list of attendees to include name, business name, and contact info to bin.huang.mil@mail.mil not later than May 16, 2013 at 4:00 PM EST. Attendees must register for this site visit to gain access to the base. Location: Pease Air National Guard Base USPFO for NH Joint Contracting Office, Bldg 145 302 Newmarket Street Newington, NH 03803 Requests for Information (RFI): RFI's will be submitted to bin.huang.mil@mail.mil no later than June 18, 2013 and answers will be posted to Fedbizopps. **Amendment 2: Site Visit attendants; CLIN Structure; RFI answers; Base Map; Building Layouts; Building Layouts with Fire Locations and Outside Plant Please see Attachment A RFI Answered. Please see Attachment B for CLIN Structure Information Requested: Base Map; Building Layouts; Building Layouts with fire Locations; and Outside Plant. Due to the size of the files, they have been uploaded to a secured website, please forward bin.huang.mil@mail.mil with your e-mail and contact information for access. Please send RFIs to SSG Bin Huang (603) 227-5057 bin.huang.mil@mail.mil The following provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation-Commercial Items: 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. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. Technical and past performance when combined, are approximately equal to cost or price. For evaluation purposes, provide three past performance references for projects with your proposal not older than 5 years old. The past performance information shall include at a minimum: scope of work, dollar value, date the project was completed, and point of contact with name, telephone number and email. The information provided in your proposal packets will be used to evaluate your technical capability required for the work outlined in the SOO. FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.204-13 Central Contractor Registration Maintenance, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items, 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, FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFAR 252.201-7000 Contracting Officer's Representative, DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFAR 252.204-7004 Alternate A, DFAR 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-DoD Appropriations (DEV), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFAR 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFAR 252.232-7006 Wide Area Workflow Instructions, DFAR 252.232-7010 Levies on Contract Payments, DFAR 252.247-7023 Transportation of Supplies by Sea, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, DFAR 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate, DFAR 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.222-35 Equal Opportunity for Veterans, FAR 52.222-37 Employment Reports on Veterans, FAR 52.203-3 Gratuities, FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to Government Alternate I, FAR 52.204-4 Printed or Copied-Double Sided on Post consumer Fiber Content Paper, FAR 52.215-20 Alt. IV Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-54 Employment Eligibility Verification, FAR 52.228-5 Insurance - Work on a Government Installation, FAR 52.233-2 Service of Protest, DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFAR 252.215-7007 Notice of Intent to Resolicit, DFAR 252.215-7008 Only One Offer, DFAR 252.225-7012 Preference for Certain Domestic Commodities, DFAR 252.225-7020 Trade Agreements Certificate, DFAR 252.225-7021 Trade Agreements, DFAR 252.243-7002 Requests for Equitable Adjustment, DFAR 252.247-7024 Notification of Transportation of Supplies by Sea. All firms must be registered in System for Award Management database at www.sam.gov. All proposals must be sent to bin.huang.mil@mail.mil and must be received no later than 4:00 PM EST, June 25, 2013. The point of contact for this combined synopsis/solicitation is Bin Huang at bin.huang.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27-1/W912TF-13-R-0501/listing.html)
 
Place of Performance
Address: 157 MSG/MSC Contracting Office 302 Newmarket ST Bldg 145, PEASE ANGB NH
Zip Code: 03803-0157
 
Record
SN03080571-W 20130607/130606001103-e5ee3ea1aa4f96458b667d78dfb807c0 (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.