Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOLICITATION NOTICE

58 -- UPGRADE OF CHAPEL'S AUDIO VISUAL SYSTEM

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0339
 
Response Due
8/31/2012
 
Archive Date
10/1/2012
 
Point of Contact
Jennifer Escalante 619-556-7738
 
E-Mail Address
Contract Specialist: Jennifer Escalante
(jennifer.escalante@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-12-T-0339. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-50 and DFARS Change Notice 20110518. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334310 and the Small Business Standard is 750. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: CLIN 0001 UPGRADE OF THE AUDIO VISUAL SYSTEM OF THE MURPHY CANYON CHAPEL AND FELLOWSHIP HALLS IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK. THE CONTRACTOR SHALL REMOVE APPLICABLE EXISTING EQUIPMENT, AND PROVIDE THE DESIGN, MATERIAL, AND INSTALLATION OF THE UPGRADED SYSTEM. DELIVERY SCHEDULE: Delivery/Install shall commence 3 weeks after receipt of order and shall be completed 30 days after start. DELIVERY LOCATION: Murphy Canyon Chapel Complex, 2200 Santo Road, San Diego, CA 92124 SITE VISIT: A Site visit will be available on Tuesday, August 28, 2012. Attendance to the site visit is not mandatory but highly recommended. Reporting location will be at the Murphy Canyon Chapel Complex. Reservations to attend the site visit must be made by close of business August 27, 2012 by contacting Jennifer Escalante at 619-556-7738 or Jennifer.escalante@navy.mil OTHER TERMS AND CONDITIONS: Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verifications of Contractor Personnel 52.204-99 DEV: System for Award Management Registration 52.211-6, Brand Name or Equal is hereby incorporated by reference. 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-35, Equal Opportunity; 52.222-37, Employment Reports on Special Disabled Veterans; and 52.232-33, Payment by Electronic Funds Transfer, 52.222-41 Service Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, F.O.B. Destination 52.249-1, Termination for the Convenience of the Government (Short Form) 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act and Balance of Payment Program and 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243.7001, Pricing of Contract Modifications DFARS 252.246-7003, Notification of Potential Safety Issues 252.232-7006 WAWF Invoicing and Payment Instructions NDZ L-332, Unit Pricing WD 05-2057 (Rev.-13) This announcement will close at 3:00 PM PST August 31, 2012. Contact Jennifer Escalante at 619-556-7738 or email Jennifer.escalante@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Any questions in regards to this solicitation must be submitted via e-mail by 11:30 AM PST, August 30, 2012. Questions received after this time and date may not be addressed. All responsible sources may submit a quote which shall be considered by the agency. Quotes will be accepted via e-mail at Jennifer.escalante@navy.mil. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance. (i)TECHNICAL CAPABILITY TO MEET THE REQUIREMENT (ii)DELIVERY SCHEDULE (iii)PAST PERFORMANCE (iv)PRICE Offerors' quotes will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria will render the offer to be technically unacceptable and to not be considered for award. Only those quotes which meet the minimum requirements established by Factor (i) and delineated in SOW will be further evaluated under Factors (ii), (iii), and (iv). At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with quoters. Each initial offer should, therefore contain the quoter ™s best terms from both a price and technical standpoint. (End of Clause) Central Contractor Registration (CCR). Quoters must be registered in the CCR/SAM database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ or https://sam.gov Additional Instructions to Offerors: Quotes shall include following: (1)Priced quote on company letterhead with point of contact information, DUNS, Cage Code, and business size/type, and tax ID number. The quote shall include a price break down of material and labor (2)Drawings and/or plans and/or schematics showing enough detail to allow proper evaluation. (3)Statement addressing how minimum requirements are to be met and how the contractor can meet the requirements as defined in the Statement of Work (4)Delivery Schedule (5)Past Performance information ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0339/listing.html)
 
Place of Performance
Address: Murphy Canyon Chapel Complex
Zip Code: 2200 Santo Road, San Diego, CA
 
Record
SN02853907-W 20120826/120824235529-e9f882546e76cc534e8b38bbb28dd895 (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.