Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

60 -- Provide and Install Fiber Optic Line.

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K3G-4222-0400
 
Response Due
9/14/2004
 
Archive Date
11/13/2004
 
Point of Contact
Linda Duvall, 801-523-4091
 
E-Mail Address
Email your questions to USPFO for Utah
(linda.duvall@ut.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Provide and Install Fiber Optic Line. SOLICITATION NUMBER: W67K3G-4222-0400 QUOTE DUE DATE: 040914 POC: Linda C. Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. The North American Industry Classification System (NAICS) Code will be 335921, size standard is 1,000 Employees. SPECIFICATIONS: 1) Provide and install 2000 total feet of 4 SDR 40 cond uit and (1) 6/6 hybrid fiber. Four (4) directional drills; two (2) at 400 feet and two (2) at 80 feet. Supply and install three (3) hand holed. Vendor must supply everything needed to complete and install the Fiber Optic Line from the MDF to the Fueling Sy stem. Fiber Optic connection is necessary for the equipment to interface and have full and safe operation. The Fiber Optic connection will allow real-time data transfer from the tank gauging and alarm system components to their respective monitoring office s. This system will allow for immediate notifications of fuel leaks, spills and fires which will give faster response time. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.204-7, Central Contractor Registration; (2) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--C ommercial Items, the following clauses are applicable and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor R egistration; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items, Addendum paragraph (d) Product Samples - delete in its entirety, paragraph (h) Multiple Awards - delete in its entirety, the government plans to award a single c ontract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, all offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.212-1 and 52 .213-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) t echnical factors, to include past performance; (2) total cost or price. ADDITIONAL INFORMATION: To receive award, the offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site http://www.ccr.gov or call CCR Assistance Center toll free at 1-888-227-2423. There is a mand atory site visit on 1 September 2004 @ 1:00 p.m. Interested vendors must contact Linda Duvall @ 801-523-4091 to schedule attendance and obtain additional information. Quotes are due NLT 10:00 A.M. MST on September 14, 2004. Quotes may be mailed to: USPFO f or Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, Utah 84020-2000 or e-mailed to linda.duvall@ut.ngb.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be cl early marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available).
 
Place of Performance
Address: AASF 7563 South Airport Road West Jordan UT
Zip Code: 84084
Country: US
 
Record
SN00653861-W 20040827/040826075401 (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.