Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2013 FBO #4307
SOLICITATION NOTICE

63 -- REPLACEMENT OF VIDEO SURVEILLANCE SECURITY CAMERAS - Attachment 1

Notice Date
9/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Pearl, Bldg. 475-2, Code 200, 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii, 96860-4549, United States
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-13-T-3124
 
Archive Date
10/3/2013
 
Point of Contact
GINA K. JOHNSON, Phone: 8084737554
 
E-Mail Address
gina.johnson@navy.mil
(gina.johnson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 - List of Items and Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a 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/). The solicitation number is N00604-13-T-3124. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808. It is the responsibility of the contractor 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 561621 and the Small Business Standard is $12.5M. This is a competitive, 100% small business set aside action. The NAVSUP FLC Pearl Harbor Contracting Office requests responses from qualified sources capable of providing: See Attachment 1 with detailed list of items, specifications, quantities and scope of the incidental services required. Important Note: Due to the need for installation of the equipment in this requirement, there will be a mandatory site visit scheduled for 12 Sep 2013 at 1000 at the delivery location noted in the following paragraph. If a contractor is interested in submitting a quote for this solicitation, they must attend the site visit or their quote will not be acceptable. Please email Contract Specialist Gina Johnson to confirm attendance to this site visit @ gina.johnson@navy.mil by 0900 Wednesday 11 Sep 2013. Delivery of items is 2 - 4 weeks ARO and installation services are to be coordinated between customer and contractor once contract has been awarded. Delivery Location is: Joint Base Pearl Harbor Hickam Mail Center, 1025 Qunicy Avenue, Bldg 479, JBPHH, HI 96860-4512. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers w/ Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.252-2, Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.204-7003, Control of Government Personnel work Product 252.203-7000, Requirements Relating to compensation of Former DOD Officials 252.225-7001, Buy American Act & Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023(Alt III) 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7010, Levies on Contract Payments Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes if the Representations and Certifications is not updated in System for Award Management (SAM). Offerors shall also include a completed copy of 252.225-7000 if applicable. All clauses shall be incorporated by reference in the order. This announcement will close at 1:00 p.m. HST on 18 Sep 2013. Contact Gina Johnson who can be reached at 808-473-7554 or email gina.johnson@navy.mil A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-13-T-3124/listing.html)
 
Place of Performance
Address: Joint Base Pearl Harbor Hickam Mail Center, 1025 Qunicy Avenue, Bldg 479, JBPHH, HI 96860-4512., Pearl Harbor, Hawaii, 96860, United States
Zip Code: 96860
 
Record
SN03179052-W 20130909/130909163947-dcc3e92c7eb6125162498e21d16ae200 (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.