Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2005 FBO #1403
SOLICITATION NOTICE

63 -- Receptor Security System Server Upgrade, GUAM

Notice Date
9/27/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060405T0990
 
Response Due
9/28/2005
 
Archive Date
10/28/2005
 
Description
The Regional Contracting Department Pearl Harbor intends to negotiate a sole source unrestricted contract with Pacific Security Alarm, Inc. per FAR Part 13.5. This is a combined Synopsis/Solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6 supplemented with additional information included in this notice. The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor intends on negotiating a firm fixed price contract for a Receptor Security System Server Upgrade, Maintenance and Training on behalf of Naval Security Force DET, Guam. ITEM 0001 ? Receptor Security System Server Upgrade. Includes system upgrade, installation, and 80 hours of operator training specific to the Receptors Operation Systems. This is a previously installed proprietary Security System; Contractor is responsible for monitoring, maintenance, installation and training. Component list: four (4) computer systems with Receptor System! software pre-installed and configured - Replacement Server, Bldg 6003; New Server, Bldg 6004; Workstation, Housing; Workstation, Pass and ID; Sequel Server Program (5 user license); Workstation Program (5 user license); Windows 2000 Server (5 user license); (4) Flat Screen Monitors. This announcement constitutes the only solicitation; proposals are not being requested and a separate written solicitation will not be issued. The solicitation shall be issued/posted at the NECO website http://www.neco.navy.mil on or about 26 September 2005. This Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, effective 25 August 2005, and DFARS Change Notice 20050726. The NAICS Code is 561621; the business size standard is $10.5 million. The Contractor shall install system within 45 days of receipt of contract and shall coordinate training schedule with Activity, to be completed within 120 days of installation. Inspection and Acceptance shall be made at Destination by the recei ving activity. The provision at FAR 52.212-1, Instructions to Offers-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards -- Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the Offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation?Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest price. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.204-7004, Required Central Contract Registration. Representations and Certifications may be completed on the following website: http://orca.bpn.gov. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an Offeror INELIGIBLE FOR AWARD. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses: FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segreg ated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33, Payment by EFT ? CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.mil/dp/dars/dfars.html. Questions should be forwarded to the Contracting Office no later than 27 September 2005, 4:30pm HST. Quotes must be received by the Contracting Officer no later than 28 September 2005, 4:30pm HST. Quotes may be mailed,! faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 200A.RK), 1492 Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile quotations will be accepted at 808-473-0811. E-mail quotations may be addressed to: ryan.kanda@navy.mil.
 
Record
SN00905013-W 20050929/050927212256 (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.