SOLICITATION NOTICE
61 -- Lightning Protection System Purchase and Installation for Wahiawa, HI - Equipment List - Package #2
- Notice Date
- 6/18/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- CMTNSK137028RFQ
- Archive Date
- 7/13/2013
- Point of Contact
- Timothy Still, Phone: 6182299462
- E-Mail Address
-
timothy.s.still.civ@mail.mil
(timothy.s.still.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for Lightning Protection System (LPS) equipment List for Lightning Protection System (LPS) REQUEST FOR QUOTE- GSA FSS Defense Information Technology Contracting Organization (DITCO) is seeking discounted pricing to provide a Brand Name or Equal Firm Fixed Price procurement for the purchase and install/attach Lightning Protection Systems (LPSs) on two buildings, install one mast and air terminal rod on a third building, conduct ground plane testing, and repair of one LPS down conductor. This is a BRAND NAME or EQUAL requirement. Please submit quote in accordance with the below specifications and RFQ requirements. This is a notice that this order is a TOTAL SET-ASIDE for SMALL BUSINESS ( 100% Small Business set-aside IAW FAR 19.502-2(a)). Only quotes submitted by small businesses will be accepted by the Government. Any quote that is submitted by a contractor that is not small business will not be considered for award. The North American Industry Classification System (NAICS) code for this acquisition is 335931. For the purposes of this procurement, the small business size standard is 500 employees. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) offer to the Government. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. The Government anticipates awarding a Firm Fixed Price (FFP) Contract with a delivery date As Soon As Possible but NLT 30 days after date of award. The award will be a single award, Firm Fixed Price (FFP) based on the technically acceptable offer. The specifications for this BRAND NAME OR EQUAL requirement are as follows: Thompson Lightning Protection, Inc (model 660) air terminals, http://www.tlpinc.com/products/air-terminals/copper-air-terminals.html, or EQUAL ½" diameter, 36" tall Solid copper construction with nickel tip Quantity: 15 ea, placed as required by Statement of Work (SOW) AWG 1/0 copper down conductor Galvanized Steel Masts to provide secure mounting and placement of the LPS in accordance with the attached SOW Copper Ground Rods Quantity: 4 ea Installation of parts and pieces must comply with the attached SOW. ADDITIONAL REQUIREMENT INFORMATION: Provide the business size, taxpayer identification number (TIN), CAGE code, DUNS, warranty period, discount terms, estimated delivery date, and re-seller agreement (if applicable), with the quote. FOB destination as per SOW Required Delivery Date: As Soon As Possible but NLT 30 days ARO Payment will be made by Wide Area Workflow (WAWF). The government will accept quotes from contractors who are not currently registered in the System for Award Management (SAM.gov) database; however, award cannot be made to a contractor not registered in SAM. Therefore, should the selected contractor NOT already be registered, it will be a requirement of the contractor to become registered in SAM prior to contract award. The contractor must remain registered throughout the entire length of the contract. Also, the vendor must have a North American Industry Classification System (NAICS) code of 335931 prior to award. Technically Acceptable methodology: The Quotes must represent best value from selection of the technically acceptable quote in accordance with the stated requirements and delivery, with lowest evaluated price. The Government intends to evaluate proposals in ascending price beginning with the lowest price offeror. If the lowest priced offeror is technically acceptable, evaluations will conclude and award made to that offeror. If the lowest priced offeror is determined to not be technically acceptable, evaluations will continue in order of ascending price until the first offeror who is determined to be technically acceptable. At that point evaluations will conclude and award made to that offeror. No further evaluations will be conducted once the lowest price technically acceptable offer has been determined. Additional CLAUSES: 252.203-7003 Agency Office of the Inspector General 252.204-7000 Disclosure Of Information 252.204-7004 Alternate A, Central Contractor Registration. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 52.203-13 Contractor Code of Business Ethics and Conduct. 52.204-7 Central Contractor Registration. 52.204-9000 Points of Contact 52.204-9001 Contract/Order Closeout - Fixed-Price, Time-and-Materials, or Labor-Hours 52.209-9000 Organizational and Consultant Conflicts of Interest (OCCI) 52.211-6 Brand Name or Equal 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions -- Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.214-21 Descriptive Literature 52.219-13 Notice of Set-Aside Orders 52.219-6 Notice of Total Small Business Set-Aside 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.252-2 Clauses Incorporated by Reference For full Clause listings please see www.farsite.com QUESTIONS ARE DUE BY: 1300 CST 26 June 2013. Please submit your questions to timothy.s.still.civ@mail.mil QUOTES ARE DUE BY: 1300 CST on 28 June 2013. Please submit your quote to timothy.s.still.civ@mail.mil Attachments include: Materials List Performance Work Statement (PWS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/CMTNSK137028RFQ/listing.html)
- Place of Performance
- Address: Bldg’s 108, 109, and 669, Saipan Drive, NCTAMS PAC, Wahiawa, Hawaii, 96786, United States
- Zip Code: 96786
- Zip Code: 96786
- Record
- SN03092871-W 20130620/130618235236-3d53dfbc57f5208ce5897444d78e864c (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 |