SOLICITATION NOTICE
D -- SATELLITE NETWORK SYSTEM, INSTALLATION, AND SERVICES
- Notice Date
- 8/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Combined Arms Center and Fort Leavenworth, ATTN: ATZL-GCC, 600 Thomas Avenue, Fort Leavenworth, KS 66027-1389
- ZIP Code
- 66027-1389
- Solicitation Number
- DABT19-02-Q-0023
- Response Due
- 9/12/2002
- Point of Contact
- Shelley Thomas, 913-684-1628
- E-Mail Address
-
Email your questions to US Army Combined Arms Center and Fort Leavenworth
(thomass@leavenworth.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA THIS IS 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, DABT19-02-Q-0023, is issued as a Request for Quotation (RFQ), 100% Set-Aside for Small Business. The solicitation document and incorp orated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08 and DFARS Change Notice 20020531. The associated NAICS code is 513220 and small business set-aside size standard applicable to this procurement of $12.5 million . This acquisition is a Total Small Business Set-Aside. *****The Directorate of Contracting (DOC), Ft. Leavenworth, KS has a requirement for the installation of a Satellite Television Network System. System will provide network connection for forty-one (41) television sets provided by the Government throughout the facility with ultimate reception capabilities. Satellite Dish System shall include antennae to be installed on the building the head-end system is to be located. System shall have installed a surge protector to provide a five-year warrantee for parts and labor and lifetime protection against power surges and lightning. Required is a maximum of seventy-two (72) hours maintenance response time and cost per month for this service is requested. Minimum requested system access to channels for all television sets is required as follows: ABC, CBS, NBC, FOX, DISCOVERY, USA, ESPN, ESPN2, CNN, TBS, TNT, HISTORY, and PBS. A Site Visit is scheduled for 05 Sep 02 at 1:00 PM (CST) and interested parties must email a request to attend prior to 12:00 P.M., 04 Sep 02 to thomass@leavenworth.army.mil . Details in regards to the site visit will be forwarded upon receipt of this request. Offerors shall submit quotes based on brand name or equal basis. The Co ntracting Officer will evaluate equal products on the basis of information furnished by the officer or identified in the offer and reasonably available to the Contracting Officer in accordance with FAR 52.214-21 Descriptive Literature. Warranties other th an those specifically stated, shall be, at a minimum, the industry standard commercial warranty offered. The Government anticipates award of a firm fixed price contract, base year plus four (4) option years, with delivery no later than 21 days after contr act award. Delivery and acceptance is at the United States Disciplinary Barracks, 1301 North Warehouse Road, Ft. Leavenworth, KS 66027-1363, FOB Destination. The offerors should submit with their quotation: (1) Cost proposal which shows each individual item, units, proposed unit cost, total cost per item, and total price for all items; (2) brand name, make/model number, and supporting information for proposed equal products that demonstrates they meet the salient physical, functional, or performance cha racteristics specified above; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor?s Duns and Bradstreet (DUNS) number; (5) Contractor?s Ca ge Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr2000.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.211-6, Brand Nam e or Equal (AUG 1999); FAR 52.211-16 Variation in Quantity (APR 1984); FAR 52.212-1 Instructions to Offerors ? Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Condition s Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; [FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 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); FAR 52.222-37, Employment R eports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registrati on (MAY 1999)]; FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.237-1 Site Visit (APR 1984); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items (NOV 1995); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2002); DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002), and Alternate III (MAY 2000); Local Clause 52.217-4087 Basis of Award ? All or None. All interested, responsible f irms should submit quotes (Original Plus One Copy of Quote and Enclosures) no later than 2:00 P.M. (CST), 12 Sep 02, to the following address: Attn: Shelley Thomas, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Leavenworth, KS 66027-1417. Questions in regards to this quotation should be directed to Shelley Thomas, (913) 684-1628 or email thomass@leavenworth.army.mil . Faxed quotes will NOT be accepted. Copies of above reference clauses are available at http://web1.deskbook.osd.mil/htmlfil es/rlcats.asp . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at htt p://procure.arc.nasa.gov for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor?s Registration database (www.ccr.gov) prior to the award of any Government Contract.
- Place of Performance
- Address: US Army United States Disciplinary Barracks Fort Leavenworth KS
- Zip Code: 66027-1389
- Country: US
- Zip Code: 66027-1389
- Record
- SN00148015-W 20020824/020822213924 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |