Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
SOLICITATION NOTICE

59 -- Audio Visual Equipment for Tactical Command Post

Notice Date
6/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Louisiana, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-09-T-0020
 
Response Due
7/10/2009
 
Archive Date
9/8/2009
 
Point of Contact
chad.travis, 318-290-5981<br />
 
E-Mail Address
USPFO for Louisiana
(chad.travis@us.army.mil)
 
Small Business Set-Aside
Emerging Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number W912NR-09-T-0020 is issued as a request for quotation (RFQ). The contract type will be a Firm Fixed Price contract. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2004-25. This acquisition is 100% set-aside for Emerging Small Business. The North American Industrial Classification System (NAICS) code for this requirement is 238210 and the small business size standard is $14 million. FAR 52-219-21, Notice of Emerging Small Business states that Offers or quotations under this acquisition are solicited from emerging small business concerns only. Offers that are not from an emerging small business shall not be considered and shall be rejected. See attached for requirements. Contractor must be able to start work within 7 days After Receipt of Order (ARO) and complete installation and training within 45 days ARO. A site showing will be help on 7 July 2009 @ 10:00 am. Please contact the Contracting Officer if you are interested in attending the site visit. The following Federal Acquisition Regulations (FAR) and (DFAR) clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52-212-3 Alt I, Offeror Representations and Certifications 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; FAR 52.219-21, Notice of Emerging Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222.21 Prohibition of Segregated Facilities; 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, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans an d Veterans of the Vietnam Era; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.212-7000, Offeror Representations and certifications Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.225-7035, Buy American Act Free Trade Agreements Balance of Payment Program. Award can only be made to those offerors that are registered through the Central Contractor Registration System. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. Offerors are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and have an Active Registration prior to receiving an award for this solicitation or for any future awards. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. The evaluation factors that will be used to determine award are Past Performance, Price, and Delivery; all are weighted equally. Past performance contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar to this requirement. The closing date for this solicitation is 10 July 2009 @ 1400 hrs (2:00 PM) CST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to chad.travis@us.army.mil and crystal.lynn.bonin@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-09-T-0020/listing.html)
 
Place of Performance
Address: Governor's Office of Homeland Security & Emergency Preparedness 7667 Independence Blvd Baton Rouge LA<br />
Zip Code: 70806<br />
 
Record
SN01860978-W 20090702/090701000024-a61cf0d7827251bc2a7caf347950f227 (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.