Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

63 -- Install additional circuits to existing ADT alarm system.

Notice Date
9/19/2008
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V553228250520
 
Response Due
9/23/2008
 
Archive Date
10/8/2008
 
Point of Contact
Joseph Schwarz 757-443-1387 Marchetta SmithMarchetta.Smith@navy.mil757-443-1445<br />
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION. The government intends to negotiate a Firm Fixed Price type purchase order for material and services in accordance with FAR part 13, in support of the Explosive Ordnance Disposal, Expeditionary Support Unit Two (EODESU2). The materials and services are required for the security of EODESU2's three portable armories around Buildings 1623, 1619, 1255 and 1618. This system will tie into the compound's existing ADT alarm system. The system will include the installation of three alarmed entry points and associated connections. This will be a SOLE SOURCE, BRAND NAME ONLY solicitation. Substitutes in brand name would not be feasible because this system ties into an existing system and no other brand item would work and time does not permit experimenting with the technology. The only know vendor with the capability to install the additional part of the system, while maintaining the ADT's proprietary system integrity is Tyco / A! DT Federal Systems Division. The North American Industrial Classification System (NAICS) code is 561621. Contractors are reminded to submit a technical description of items to be used to complete task in accordance with FAR 52.212-1 (b)(4). All responsible sources must submit pricing and past performance data by 12:30 PM (EST) on TUESDAY 23 SEPTEMBER, 2008. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at http://www.fedizopps.gov. This office no longer issues hardcopy solicitations. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the offerors at anytime prior to award (FAR 52.212-1 (g)). By submitting a proposal, the offeror will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept th! e proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside of the United States. Lack of registration in the CCR database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.gov. The 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).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a5bac82c274784906956dfdd683abd0&tab=core&_cview=1)
 
Record
SN01677040-W 20080921/080919222636-329de0a1a719518271f5a20f2c03a5e8 (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.