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

S -- CABLE TELEVISION SERVICE PROVIDERS

Notice Date
9/27/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405R0068
 
Response Due
9/30/2005
 
Archive Date
10/30/2005
 
Description
This procurement is unrestricted and all responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial work prepared in accordance with the format in FAR Subpart 12.6 and in conjunction with FAR Part 15 and, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate 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/). Solicitation Number N00244-05-R-0068 applies and is issued as a Request for Proposal. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-03 and DFARS Change Notice 200505055. It is the contractor?s responsibility 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 513220 and the Small Business Standard is $12.5 Million. The Fleet and Industrial Supply Center, San Diego requests responses from qualified sources capable of providing Cable Television Services to Naval Medical Center, Camp Pendleton. The Contractor is responsible for providing all plant and associated electronics and equipment necessary to distribute the services to the internal wiring. The internal wiring was installed by the Naval Hospital Camp Pendleton and is all cable service drops from Contractor?s installed Internal Distribution System to rooms located throughout the hospital. The Internal Distribution System installed by the contractor must meet all applicable FCC specifications and be installed in a workmanlike manner. The proposed contract will be for a base year and 4 one-year options and performance is scheduled to start 01 October 2005. Each year requires separate pricing. The proposed contract type is a firm fixed price. The following clauses apply and are hereby incorporated by reference or full text as appropriate: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS: (a) NAICS code included herein; (b)(4) Offeror proposals: Contractor shall submit the following information (1) Completed Schedule Of Supplies/Services (2) Past Performance Data; (4) Representations and Certifications. (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration (c) Period for acceptance of offers: Delete 30 calendar days and insert 60 calendar days 52-212-2, EVALUATION-COMMERCIAL ITEMS, paragraph (a) is completed as follows: Factor 1, Past Performance as demonstrated by minimum of three recent and relevant contracts for the same or similar services (Offeror to include contract numbers, period of performance, dollar value, General description of the contract, including aspects of the contract the offeror deems relevant to this effort, points of contact, telephone numbers and other relevant information, e.g. awards). Each contract shall have been performed during the past 3 years from the date of issuance of this solicitation. Factor 2, Price Offeror's past performance information will be used to make a determination of whether the offeror has a satisfactory record of past performance and discriminate among offerors. Offerors should, therefore, provide performance history and references to demonstrate satisfactory, highly satisfactory and exceptional performance and achievements. Information utilized will be obtained from these references as well as other sources. Offers without a record of relevant past performance or for whom information on past performance is not available, will not be evaluated favorably or unfavorably on past performance. Any Offeror's proposal which has no relevant past performance history, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Government reserves the right to pay a reasonable cost premium for a higher quality rating for past performance, which represents a lower performance risk to the Government. Past performance is considered approximately equal to cost or price. AWARD INFORMATION ADDENDUM to Provision AR 52.212-2 (a) One award will be made for all line items. Any offeror that does not propose on all line items, to include all options, will not be considered for award. The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined to be most advantageous to the Government, price and other factors considered. The resulting award will be issued as a bi-lateral contract using a SF 1449. REPRESENTATIONS AND CERTIFICATIONS: Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications-Commerical Items. Offerors are encouraged to complete Representations and Certifications electronically via the Business Partner Network (BPN) website at http://orca.bpn.gov FAR 52.212-4: CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS; ADDENDA to FAR 52.212-4: 52.203-6, Restrictions on Subcontractor Sales to the Government-Alt 1; 52.217-8, Option To Extend Services; 52-217-9, Option to Extend the Term of the Contract (Variation) (before the contract expires, five years; 52.219-6, Notice of Total Small Business Set-Aside; 52.232-18, Availability of Funds; 52.246-4, Inspection of Services - Fixed Price; 52.252-1 ad 2 ? Clauses/Provisions incorporated by Reference LOCAL CLAUSES: L332 Unit Prices; L333 Contractor Operated Cranes FAR 52.212-5: Contract Terms And Conditions Required To Implement Statues Or Executive Orders And Includes The Following Applicable Clauses 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52-232-33, Payment by Electronic Funds Transfer; 52.239-1 Privacy or Security Safeguards 252.212-7001,CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (a) The Contractor agrees to comply with the FAR clause: 52.203-3, Gratuities. (b) The Contractor agrees to comply with the following DFARS clauses: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.247-7023, Transportation of Supplies by Sea; 252-247-7024, Notification of Transportation of Supplies by Sea ATTACHMENTS 1. Schedule Of Supplies/Services Closing Date and Question and Answers All questions from contractors must be received by 29 Sep 2005. Questions shall be e-mailed to Lynda.hall@navy.mil. The Government will only respond to contractor questions received by 20 Sep 2005. All offers must be received by 30 Sep 2005, 1200 Pacific Standard. Contract performance will start 01 Oct 2005.
 
Web Link
Click here to learn more about FISCSD
(http://www.sd.fisc.navy.mil)
 
Record
SN00905018-W 20050929/050927212302 (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.