Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOLICITATION NOTICE

58 -- Wireless Intrusion Detection System - Purchase Description

Notice Date
6/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 6515 Integrity Court, Building 4310, Aberdeen Proving Ground, Maryland, 21005-3013, United States
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB18R0047
 
Archive Date
7/11/2018
 
Point of Contact
Shelby A. Saum, Phone: 4103062736
 
E-Mail Address
shelby.a.saum.ctr@mail.mil
(shelby.a.saum.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Floor Plan Purchase Description & Requirements ** This requirement is a Small Business set aside. Only Small business quotes will only be accepted and evaluated** The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) on behalf of the Asymmetric Warfare Group (AWG) has a requirement for the purchase of a Wireless Intrusion Detection System with training and accessories to be delivered and installed within 6 months after contract award. Please see attached FBO Purchase Description for further specifications of the salient characteristics of this requirement. The North America Industry Classification System (NAICS) Code is 334511 and the Small Business Size is 1250. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with the System for Award Management (SAM) as http://www.sam.gov. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. It is the potential offeror's responsibility to monitor Federal Business Opportunities website on a regular basis for any updates regarding this solicitation. Other documents, as necessary, will be posted when available. All submitted quotes must clearly demonstrate that the quoted equipment fully meets all of the specifications in section 4 of the Purchase Description. If promotional literature is provided, there must be accompanying narrative detailing how each of the requirements are met. A floor plan is provided with the combined Synopsis/Solicitation; please provide a proposed map of sensor placement with the quote. Labor is to be separate from equipment on the price breakdown. Quotes shall be evaluated using the Lowest Price Technically Acceptable (LPTA) source selection process. Any quotes that do not clearly meet all of the technical specifications in Section 4 of the Purchase Description will be considered Unacceptable. Award will be made to the lowest price quote deemed to be Technically Acceptable. The delivery location is: AWG Headquarters, building 2270, Fort George G. Meade Maryland 20755. All questions related to this Request for Quote (RFQ) shall be submitted to Shelby Saum (Contractor, Legacy Mgmt) via email at Shelby.a.saum.ctr@mail.mil no later than 2:00PM EST on 21 June 2018. Include price and delivery quote information as stated above/attached by 2:00PM EST on 26 June 2018. No telephone requests will be honored. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98, Effective: 31 May 2018. Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-50, Combating Trafficking in Persons (March 2, 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a98f6527eb2edc6315deb5cbf4865a49)
 
Place of Performance
Address: AWG Headquarters, building 2270, Fort George G. Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04952221-W 20180614/180612230633-a98f6527eb2edc6315deb5cbf4865a49 (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.