Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2002 FBO #0252
SOLICITATION NOTICE

63 -- Maintenance, Repair and Installation of Security Systems

Notice Date
8/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-02-T0032
 
Response Due
8/19/2002
 
Point of Contact
Lance Dorsey, Contract Specialist, Phone (301)981-1948, Fax (301)981-1912, - Jay Watson, Contract Specialist, Phone (301)981-1960, Fax (301)981-1907,
 
E-Mail Address
Lance.Dorsey@andrews.af.mil, Jay.Watson@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA4416-02-T-0032 and the solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-08. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 561621 and small business size standard is $10,500,000. (v) This requirement consists of five line items to be priced on a quarterly basis for one year. The line items are as follows: 0100 Routine maintenance on (UCS) and related components on a quarterly schedule 0101 Routine service calls 0102 Emergency service calls. 0103 Labor and material for new installation, and upgrade for existing systems, and related components, not to exceed $45,000.00 0104 Replacement parts for maintenance and repairs (vi) This requirement is for the Maintenance, Repair and Installation of Security Systems. The required services include providing all management services, technical support, personal, equipment, materials, parts, tools, labor, transportation, and other services to maintain, install, and repair to the entire existing intrusion detection alarm systems, and other related components at Andrews AFB, Brandywine AF sites, and Davidsonville AF site in the State of Maryland to include the fully integrated network of system components which is comprised of the Universal Communication System (UCS), Casi-Rusco monitoring system, operator work stations, uninterruptible power supplies (UPS) supporting central system components, bridging equipment, channel banks and system software. To be completed in accordance with the "Maintenance/ Repair and Installation of Intrusion Detection Alarm Systems" Statement of Work, dated 25 July 2002 (vii) The period of performance of any resulting contract will be 1 October 2002 to 30 September 2003. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: "Best value and the technical ability to meet all requirements outlined in the Statement of Work." The contractor certifies that it meets all requirements by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from www.farsite.hill.af.mil. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (i) of FAR 52.212-4 is added to read: "Payment will be made on a 28 day cycle?. Paragraph (i) of FAR 52.212-4 is added to read: ?The government may, at its sole option, terminate this contract with a 14-calendar day written notice to the contractor. The government shall only be liable to the contractor for performance up to the termination date in the notice." (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (11), (12), (13), (14), (15), (16), and (24). The following FAR clauses identified at paragraph c of FAR 52.212-5 are considered checked and are applicable to this acquisition: (1), (2), and (3). The Department of Labor Wage Determination Number 1994-2103, (rev 26) dated 29 May 2002. A copy of the Wage Determination will be provided with the Statement of Work. The clause at 52.217-7 is applicable to this acquisition. FAR 52.217-7 is added to read: "30 calendar days". The clause at 52.217-9 is applicable to this acquisition. Paragraph (a) of FAR 52.217-9 is added to read: "30 calendar days" and "60 calendar days" respectively. (xiii) Warranties for this acquisition will be consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The solicitation due date is 19 August 2002. (xvii) The assigned Contracting Specialist is SSgt Lance Dorsey. You may fax your quotes to SSgt Dorsey at 301-981-1907, and a technical proposal may be sent to 89th CONS, 1419 Menoher Drive, Andrews AFB, MD 20762-6500. If you have any questions, contact Lance.Dorsey@andrews.af.mil.
 
Place of Performance
Address: Andrews AFB, MD
Zip Code: 20762-6500
Country: USA
 
Record
SN00137379-W 20020811/020809213549 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.