Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2006 FBO #1840
SOLICITATION NOTICE

58 -- SOUND MASKING AND MASS NOTIFICATION SYSTEM HARDWARE AND INSTALLATION SERVICES

Notice Date
12/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92222-07-R-0007
 
Response Due
12/27/2006
 
Archive Date
12/28/2006
 
Description
This is a combined synopsis/solicitation for a commercial item 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. Proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposals (RFP) and the solicitation Number is H92222-07-R-0007. This solicitation is issued as a firm fixed price (FFP) request for proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The North American Industry Classification System (NAICS) is 339999 and the Small Business Size Standard is 500 employees. This solicitation is for full and open competition to procure hardware and installation services for a Window Sound Masking System and a Mass Notification System for a Government leased building. A copy of the Statement of Objectives (SOO) for this effort is available at the Federal Technical Data Solution (FedTeDS) website. FedTeDS is an E-Gov initiative in the Integrated Acquisition Environment (IAE) designed to safeguard sensitive acquisition related information. The link to the SOO for this combined synopsis/solicitation on FedTeDS is: https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=H92222-07-R-0007 Please visit the FEDTEDS website and submit a request to access this document. INSTRUCTIONS TO OFERORS Proposal Page Limitation: Limit your proposal to a maximum of __10__ pages (not to exceed 12 point font), for the technical,/management approach and Cost. For Past Performance Evaluation, please provide three (3) references that you have provided similar type of hardware and installation services to in the past two (2) years. For each reference, please provide a name, contract number, commercial phone number, and email address. Evaluation Statement: The Government will utilize best value analysis procedures for this requirement. The significant evaluation factors are listed below, in descending order of importance. 1) Technical/Management Approach 2) Past Performance 3) Cost The offeror's proposal will be evaluated on their technical/management approach/capability to meet Government objectives identified in the Statement SOO, demonstrated past performance, and the cost of their approach. The proposal?s clear demonstration that quality and timely deliverables will be provided, installed, tested, and in working order are key sub-factors of the technical/management approach. The Technical/Management Approach and Past Performance, when combined, are significantly more important than cost. Interested Vendors will have the opportunity to take a tour of the building on Thursday, December 21st 2006 from 9:00 to 11:00 a.m. EST. Vendors interested in taking a tour of the building will have until 11:30 a.m. Eastern Standard Time (EST) on 14 December 2006 EST to submit a request for a site visit in response to this posting. All visit requests should be submitted electronically to Contracting@socom.mil prior to 11:30 EST on 14 December. Visit request shall contain the following information: a) Company Name b) Name of person (s) attending c) Social Security Number (s) d) Citizenship This information will be protected by the Privacy Act of 1974, as amended. While all interested vendors are encouraged to tour the building to get a better understanding of the hardware and installation requirements, attending the tour is not mandatory. DELIVERY/PERIOD OF PERFORMANCE: All supplies and associated installation and testing services will be accepted FOB Destination. The anticipated period of performance is 08 January 2007 ? 28 February 2007. SCHEDULE B: CLIN 00001 ? FFP- Sound Masking System and Mass Notification System hardware and associated installation: The Contractor shall provide all labor, materials, parts, equipment, tools, transportation, personnel, and all other items and services necessary to provide a complete Turn Key Install Solution to Sound Mask 950 various size windows, 10 glass doors, and 1 complete Mass Notification System for the Building identified in the SOO posted on FedTeds. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Offers shall be evaluated on a technically acceptable, low offer basis. The clause at 52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocations System (DPAS) Rating for this procurement is DO-S1. PROPOSALS SUBMITTED IN RESPONSE TO THIS COMBINED SYNOPSIS/SOLICITATION MUST BE RECEIVED BY 1100 EASTERN STANDARD TIME (EST) ON 27 DECEMBER 2006. ALL PROPOSALS SHALL BE SUBMITTED ELECTRONICALLY TO CONTRACTING@SOCOM.MIL. NO PAPER COPIES WILL BE ACCEPTED.
 
Record
SN01193750-W 20061210/061208221740 (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.