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

70 -- AUDIO VISUAL EQUIPMENT UPGRADE - Package #1

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-12-T-JH20
 
Archive Date
8/31/2012
 
Point of Contact
Jackie D Handley, Phone: 757-763-2441
 
E-Mail Address
jacqueline.handley@nsweast.socom.mil
(jacqueline.handley@nsweast.socom.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DFAR CLAUSE 252.209-7999 DFAR CLAUSE 252.209-7998 AUDIO VISUAL UPGRADE EQUIPMENT 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; quotes are being requested and a written solicitation will not be issued. Solicitation H92243-12-T-JH20 is issued as a request for quotation (RFQ). This is notice that NSWG2 Logistics Support Contracting Office, JEB Little Creek, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated NAICS code is 334310 and the Small Business Size Standard is 750. This requirement is an 8 (a) Small Business set aside. ITEM 0001 Provide audio visual equipment upgrade and installation of material on the attached list. 1 GROUP Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by 2:30 p.m., Tues, Aug 28, 2012 to allow time for responses to be returned. Provide two (2) examples of orders where same/similar work has been performed by your company within the past three (3) years. Award will be based on past performance, technical capability and price. (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Note that you must be registered in the Central Contractor Registration system to be considered for an award. Registration can be completed online at http://www.sam.gov. Representations and Certifications shall be completed via the ORCA website https://orca.sam.gov NOTE: The following clauses shall be filled out and submitted with proposal - (See attached PDF file). DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012) DFAR Clause 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective 26 JUL 2012. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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. Award will be based on lowest price technically acceptable. The following provisions and clauses apply to this acquisition: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.204-7 - Central Contractor Registration FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items applies to this acquisition FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation), FAR 52.219-6 - Small Business Set-asides FAR 52.222-3 - Convict Labor, FAR 52.222-19 -- Child Labor, Cooperation with Authorities and Remedies FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Msg FAR 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-99 (DEV) Providing Accelerated Payment to small business Subcontractors (DEVIATION) 2012-00014) (8/15/12) FAR 52.233-3 -- Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim FAR 52.243-1 -- Changes -- Fixed-Price FAR 52.247-34 -- F.o.b. Destination, FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 -- Authorized Deviations in Clauses DFARS 252.203-7000 - Requirements Relating to Compensation DFARS 252.203-7002 - Requirements to Inform Employees DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Al t A - Central Contractor Registration DFARS 252.204-7008 - Export-Controlled Items DFAR 252.209-7998 (DEV) Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012) DFARS 252.209-7999 (DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012) DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7001-Buy American Act and Balance of Payments Program
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-12-T-JH20/listing.html)
 
Place of Performance
Address: 1300 Helicopter Rd, Bldg 3854, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02854089-W 20120826/120824235731-2a801919b14eb41827a8e5deeb3919f0 (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.