Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2007 FBO #2182
MODIFICATION

63 -- ADT Security System

Notice Date
11/15/2007
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-08-P-0062
 
Response Due
11/20/2007
 
Archive Date
12/5/2007
 
Point of Contact
Tracey Dillard, Purchasing Agent, Phone 757-443-1926, Fax 757-443-1402, - Scott Wilkins, Contracting Officer , Phone 757-443-1326, Fax 757-443-1402
 
E-Mail Address
tracey.dillard@navy.mil, scott.wilkins@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under V5532272855000. A subsequent solicitation document will not be issued. FISC Norfolk intends to purase the following item(s): MODEL# DESCRIPTION OF MATERIAL QTY UNIT PRICE TOTAL 472462A PKG Focus 200 Plus, SIM gateway, backup dialer, transformer 1 each 472366 Standalone SIM Module 7 each 669SIM SIM Full Circle Ceiling Mount PIR 30? Radius 60? Diameter 27 each 477967 Battery 12V 7AH 1 each 2707A-L High Security Contacts with Armored cable, Triple Biased, SPDT3/16?to5/8? gap size. Single pole double throw. 3? Stainless Steel Armored Cable 7 each 1943-L Spacer, 2700 Series, Aluminum 7 each 19442-L L Bracket for 2707A Aluminum 7 each 472368 SIM Gateway (for up to 72 SIM Devices) 1 each 110100501 8RP Reader Interface, 12VDC F/2F and Supervised F/2F readers, No provision for REX or Door Status contacts. M/5-all versions, not in combination with 2RP or 2SRP 1 each 110072003 20 Digital Input, 20 supervised points, 1K supervised resistors supplied, Micro/5-All versions 1 each 110078001 16 Digital Output with Relays, 16-2A @ 40VDC or 30VAC (max), Micro/5-All versions 1 each 520582110 Battery Back-Up and Power Supply, 5 amp, 110VAC, 12AH battery included (Not UL listed) 1 each Z-32SS Z-Bracket-Model 32 Satin Stainless 6 each BPS-12-3 Power Supply 12VDC-3AMP 3 each 494460 Cable, 2#16+2#19 4 Cond Sol Wht Plen FPLP/CMP (500RL) Truck 4 each M05RDSP Secure Perfect Micro/ 5-PX Direct and Dailup 1 each 520852001 Model 973 black Reader and Junction Box Kit. Includes reader, M/RJ box, 15ft prox reader cable, installation wrech 7 each 471210 Focus 200 Interactive Keypad 3 each RELAY Relay For F200 3 Groups 9 each 472488 Supervised Horn / Strobe SIM 9 each M32F Magnalock 32 ? 12/24 VDC Face Drilled 6 each SS2468EX EXIT PUSH BUTTON SWITCH 6 each TREX-XL2-ADT ADT T-T-REX exit detector w/ tamper, piezo, timer & 2 relays (packed 12 per carton) wht 6 each 454932AYW Compsite, 18/6 Rdr, 16/2 Lock, 18/4 Rex-22/4 Plen 500RL 4 each 454650AWH 22 AWG 4 C Str Plen Wht CMP/FPLP 1000 Bx 1 each Miscellaneous Material (EMT/Flex, Box Fittings, Box Tampers, etc.) 1 each Installation Labor, Programming and Testing 1 each Any Sub-Contractor Services 1 each GRAND TOTAL The required delivery date is 17 December 2007. FOB: Point Destination to the following address: Little Creek Naval Amphibious Base, 2520 Midway Road, Bldg 1618, Norfolk, VA 23521, following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 20 November 2007. Offers can be emailed to tracey.dillard@navy.mil or faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Tracey L. Dillard, Norfolk, VA.23511-3392. Reference V5532272855000, on your proposal. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-NOV-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-08-P-0062/listing.html)
 
Place of Performance
Address: 2520 MIDWAY ROAD/NORFOLK/VIRGINIA
Zip Code: 23521
Country: UNITED STATES
 
Record
SN01453503-F 20071117/071115230529 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.