Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

60 -- Furnish telecommunication jacks and cable installations and rearrangements

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
 
ZIP Code
49017-3092
 
Solicitation Number
SP4410-03-R-6004
 
Archive Date
3/19/2003
 
Point of Contact
Barry Mowry, Contract Specialist, Phone 269-961-7080, Fax 269-961-4474, - Keith Bloomensaat, Contracting Officer, Phone 269-961-7124, Fax 269-961-4417,
 
E-Mail Address
Barry.Mowry@mail.drms.dla.mil, Keith.Bloomensaat@mail.drms.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation notice. Proposals are being requested and a written solicitation will not be issued. This request is issued under a Request for Proposal (RFP) SP4410-03-R-6004. The Defense Logistics Information Service intends to enter into a firm-fixed price, indefinite delivery, indefinite quantity contract. This procurement will be awarded based upon offeror's past performance and price. Evaluation factors are listed in descending order of importance: (1) Past Performance (Most important); (2) Price (Less important than past performance, but still a significant factor). The submission of past performance history information is mandatory for all offerors. The Government plans to award this RFP resulting from this combined synopsis/solicitation to the responsible single offeror whose proposal conforming to this procurement will be most advantageous to the Government. This procurement is 100% small business set aside with a North American Industry Classification System (NAICS) code of 238210. The small business size standard is $12M per FAR 52.219-1 and 52.219-6. The resulting contract will be subject to the Service Contract Act. All offeror proposals shall include a completed FAR 52.212-3, Offeror Representations and Certifications and Representations - Commercial Items. The following provisions/clauses apply to this RFP: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; 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. The following clauses under FAR 52.212-1 shall apply to this RFP: paragraph (b)(11); paragraph (c) is changed to reflect that the offeror agrees to hold prices for 45 days in lieu of 30 days. The following clauses under FAR 52.212-5 shall apply to this RFP: (b)(7)(11)(12)(13)(14)(15)(24), (c)(1)(2)(3). To be eligible to receive an award from a Department of Defense (DoD) Activity, you must be registered in the DoD Central Contractor Registration (CCR) database per DoD FAR Supplement (DFARS) 252.204-7004. To register, access the CCR homepage @ http://www.ccr.gov/index.cfm or call 1-888-227-2423 regarding questions to the CCR. DFARS 252.225-7001 Buy American Act & Balance of Payments Program applies to this RFP. FAR & DFARS Provisions/Clauses may be accessed on the Internet at http://farsite.hill.af.mil. The following clauses require fill-in by the offerors: Bid Schedule, E.2 and E.3, and must be submitted with your proposal. Offerors can obtain a complete copy of this synopsis/solicitation and attachments through our website @ http://www.drms.dla.mil/newproc/index.html. The successful contractor shall provide all personnel, management, supervision, properly trained labor, subcontractors, personal protective equipment, quality control, materials, transportation, tools, supplies and equipment (except as otherwise provided) and shall plan, schedule, coordinate, and assure effective completion of all work in accordance with all local, state and federal laws and regulations and the terms and conditions of the resulting contract. The contractor agrees to provide all other items/services necessary to provide a complete project even if not specifically mentioned or listed within the resulting contract. The contractor shall run new or re-run existing Voice/Data and Fiber Optic cables in support of the Battle Creek Federal Center Communication System and many different Local Area Networks (LANs) in the Federal Center Building. All cable must meet all wiring standards for their intended use. *NOTE: A site visit would be beneficial in order to obtain a more sufficient proposal. Arrangements can be made through Mr. Peter Haudek @ (269) 961-4546; e-mail: Peter.Haudek@dla.mil. Department of Labor Wage Determination 94-2277 Rev. No. 16 Dated 07/10/2002 (attached) applies to this RFP. All eligible, responsible sources may submit a proposal. Proposals are to be received no later than 4:00 p.m. Eastern Time on March 4, 2003. Proposals will be accepted by e-mail @ drms-tpoo@mail.drms.dla.mil or facsimile at (269) 961-4793. Questions regarding this combined synopsis/solicitation must be submitted in writing by e-mail to drms-tpoo@mail.drms.dla.mil or by facsimile to Barry Mowry at (269) 961-4793. Visit our DRMS Website @ http://www.drms.com
 
Place of Performance
Address: Defense Logistics Information Service, Federal Center Bldg, 74 Washington Avenue North, Battle Creek, MI
Zip Code: 49017-3084
Country: USA
 
Record
SN00259543-W 20030216/030214213050 (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 |
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.