SOLICITATION NOTICE
59 -- Land Moblile Radio Repeater Network Repair and Upgrade
- Notice Date
- 8/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-11-Q-1054
- Response Due
- 8/26/2011
- Archive Date
- 10/25/2011
- Point of Contact
- John Ebmeier, 410-942-8468
- E-Mail Address
-
USPFO for Maryland
(john.ebmeier@us.army.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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This solicitation, W912K6-11-Q-1054, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a 100% total small business set-aside in accordance with FAR 19.1405. The NAICS code is 423690 and the small business size standard for this NAICS Code is 100 Employees. The Maryland National Guard (MDNG) has an urgent requirement for the upgrade, repair and testing of the MDNG Land Mobile Radio Repeater network and site locations. See attached RFQ and Statement of Work. The following clauses are provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (price, technical capability, and past performance); FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (offerors must submit a complete copy with their offers. Documentation can be completed at https://orca.bpn.gov/ ). FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders - Commercial Items; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea - Alternate III; The following contract clause in full text applies: FAR 52.232-18, Availability of Funds. All firms or individuals responding must be registered with the Central Contractor's Registration (www.ccr.gov) to be considered for award. All quotes/responses must be received no later than 5:00 P.M., Eastern Daylight Savings Time, 26 August 2011. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered: Price, Location of Contractor, Technical Capability and Past Performance. The Government intends to evaluate quotations/offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Point of Contact John Ebmeier, Procurement Technician, 410-942-8468, FAX 410-942-8458, email at john.ebmeier@us.army.mil Contracting Office Address USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State Military Reservation, Havre de Grace, Maryland 21078-4094. Places of Performance/Delivery See Statement of Work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-11-Q-1054/listing.html)
- Place of Performance
- Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
- Zip Code: 21078-4094
- Zip Code: 21078-4094
- Record
- SN02545514-W 20110825/110823235549-cc496b6ee7a87f1a63212b4a419e2198 (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 |