Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2013 FBO #4089
SOLICITATION NOTICE

D -- Wireless Network Equipment Installation - Attach A, Statement of Work

Notice Date
2/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Department of Defense Education Activity, DoDEA European Procurement Office (DEPO), UNIT 29649, Box 6000, APO, 09096
 
ZIP Code
09096
 
Solicitation Number
HE1280-13-T-0002B
 
Archive Date
3/1/2013
 
Point of Contact
EFREN C. BALISI, Phone: 496134604528, Bernadette L. Honish, Phone: 49(0)6134604733
 
E-Mail Address
efren.balisi@eu.dodea.edu, bernadette.honish@eu.dodea.edu
(efren.balisi@eu.dodea.edu, bernadette.honish@eu.dodea.edu)
 
Small Business Set-Aside
N/A
 
Description
Attach D, Spain Country Clearance Requirements Attach C, DODDS-E Locations and POC Attach B, Vendor Response Attach A, Statement of Work i) This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. (ii) Request For Quote (RFQ) HE1280-13-T-0002B is issued as a Request for Quotation (RFQ). (iii)Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-65, effective 29 January 2013. (iv) Applicable NAICS code is 541519. The small business size standard is not applicable to this procurement. Solicitation is unrestricted. (v) The Government will award a firm fixed price contract for wireless equipment installation at locations stated in Attach. B, Vendor Response and Attach C, DODDS-E Locations. Contract Line Items will be established per filled-in pricing by the Offerors in Attach B. (vi) Delivery Information - See Attach B, Vendor Response attached for completion dates for individual locations. Contractor must provide an affirmative statement of their ability to meet the delivery requirement. Some locations have challenges in securing base pass i.e. Spain. Please see attached, Country Clearance Requirements for Employees and other Civilian Personnel for Spain at Attach D. (vii) Solicitation Provisions and Clauses (1) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63, effective Dec 10, 2012. (2) The provision at 52.212-1, Instructions to Offerors - Commercial applies to this RFQ. Quotes will be be submitted by email to individuals designated in paragraph (viii). Quotes shall include the (a) filled-in Attach B, Vendor Response; (b) technical approach showing how work is performed in collaboration with the Government; and (c) Certification that contractor personnel meets the qualification stated in the SOW as these are determined by Contracting Officer as necessary to perform the job. Pricing in Attach B includes all costs, i.e. overhead, profit, travel, etc. (3) The provision at 52-212-2, Evaluation-Commercial Items applies to this solicitation. The following factors shall be used to evaluate offers: lowest price technically acceptable quotation. Quote is technically acceptable when it meets the minimum requirements in the SOW such as but not limited to: a. Offerors technical approach is in collaboration with the Government schedule in Attach B and be flexible due to delay in award. b. Contractor must certify that the contractor personnel qualifications stated in the SOW as determined by the Contracting Officer as necessary are met. FAR 52.225-17, Evaluation of Foreign Currency Offers (Feb 2000) also applies to this RFQ. The applicable exchange rate will be obtained from the published rate. (4) Please include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications -Commercial Items with this offer or ensure availability of required certifications through the ORCA. (5) The clause 52.212-4, Contract Terms and Conditions -Commercial Items applies to this acquisition. The following clauses are also included: 52.225-14, Inconsistency between English Version and Translation of Contract (Feb 2000); 252.229-7001, Tax Relief (June 1997); 252.225-7042, Authorization to Perform (Apr 2003); 252.232-7008, Assignment of Claims (Overseas)(Jun 1997); 252.225-7041, Correspondence in English (Jun 1997) (6) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commerical Items applies to this acquisition; including 52.222-50 Alt 1, Combating Trafficking in Persons, and 52.232-33, Payment by Electronic Funds Transfer; 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; and 52.225-13, Restrictions on Certain Foreign Purchases. (7) The following DoD prescription and clauses (DFARS) apply to this solicitation: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial items; 252.232-7003, Electronic Submission and processing of Payment Requests and Receiving Reports; and 252-233-7001, Choice of Law (Overseas); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252-243-7002, Request for Equitable Adjustment; 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outiside the United States; 252.232-7010, Levies on Contract Payments; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.215-7007, Notice of Intent to Resolicit; and 252.215-7008, Only One Offer. (viii)RFQ Due Date - The RFQ due date is on or before 3:00 PM Eastern Time,or 9:00PM CET(Central European Time), by Thursday, 14 February 2013. Submission shall be via e-mailed to efren.balisi@eu.dodea.edu and bernadette.honish@eu.dodea.edu. Please contact Efren Balisi for information regarding the solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/APOAE/HE1280-13-T-0002B/listing.html)
 
Place of Performance
Address: Please see Attach B, Vendor Response; and Attach C, DODDS-E Locations for each site's POC information', United States
 
Record
SN02978194-W 20130203/130201234641-1006fc6f2da1b0d15e82aa54ddce0eaf (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.