COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27, 2001 PSA #2923
SOLICITATIONS
58 -- BATTERY FOR MITEL MDL 200SG TELEPHONE SWITCH TO INCLUDE INSTALL
- Notice Date
- August 23, 2001
- Contracting Office
- Directorate of Contracting, 1830 Quartermaster Road, Fort Lee, VA 23801-1606
- ZIP Code
- 23801-1606
- Solicitation Number
- DABT59-01-Q-0050
- Response Due
- January 9, 2005
- Point of Contact
- Janice Moore, 804-734-4575
- E-Mail Address
- JANICE MOORE (MOOREJ2@LEE.ARMY.MIL)
- Description
- 1 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 solicitation; request for quotes are being requested under RFQ #DABT59-01-Q-0050 and a written solicitation will not be issued as a Request for Quotation, under simplified acquisition procedures in accordance with FAR 13.5. The FSC Code is 5805. The anticipated award date will be made on or before 07 Sep 2001. This combined Synopsis/Solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular (FAC) 97-27. This solicitation is a 100% small business set-aside. Offerors should contact Janice Moore at 804-734-4575 to schedule a site visit. The closing date will be 05 Sep 2001 by 2:00 p.m., Eastern Standard Time. The standard industrial classification code is 4813, with a size standard of 1,500 employees. Delivery is FOB Destination. Delivery to the site is required on or before 21 December, 2001. The Directorate of Contracting, Fort Lee, VA has a requirement for CLIN 0001 BATTERY FOR MITEL MDL 200SG TELEPHONE SWITCH. Contractor shall provide all labor, materials, supervision and equipment in performing all operations in connection with furnishing and installing two (2) strings of C&D Liberty 2000 Model HD-900 that would provide approximately 9.5 hours of run time @ a 200A load. Temporary battery is to be furnished during disconnection/removal of existing battery and upon completion of installation, will include disposal of existing battery. Location of equipment is in DOIM, Bldg 8045, Fort Lee, Virginia. The work shall be performed in the best and most professional manner by qualified journeyman skilled in their respective trade. The contractor shall provide start up and testing of all equipment. FAR 52.212-1, Instructions to Offerors Commercial applies to this acquisition; 52.212-2 Evaluation Commercial Items (Jan 1999). The government will award to contractor a contract resulting from this combined synopsis/solicitation to the responsible offeror whose quotes conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: quality, price, timeliness and responsiveness of services, customer satisfaction. All responsible sources may submit quotes, which, if timely received the government shall consider. FAR 52.212-3, Offer Representations and Certifications Commercial Items, offerors are to include a complete copy of the provisions with its offer; FAR 52.212-4, Contract Terms and Conditions Commercial items; 52.247-34 FOB Destination, 52.219-6 Total Small Business Set-Aside, FAR 52.212-11 Restrictions on Certain Foreign Purchases, 52.219-1. FAR 52.212-5 (Contract Terms and Conditions required to Implement Statutes or Executive Orders) Commercial Items applies with the following FAR clauses in paragraph (b) which will apply to the resultant contract: 52.219-8 Utilization of Small Business Concerns, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterns and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-1 Buy American Act Balance of Payments Program -- Supplies, 52.225-3 Buy American Act North American Free Trade Agreement, 52.232-33 Payment by Electronic Funds Transfer, 52.222-41, Service Contract Act of 1965, 52.242-13 Bankruptcy, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Autorized Deviations in Clauses, 252.204-7004 Required Central Contractor Registration. Offerors not in possession of the above referenced clauses in full text may obtain them at http://acqnet.sarda.mil. Responses to this solicitation are due by 05 September 2001 by 2:00 p.m., Eastern Standard Time and should be mailed to: Directorate of Contracting, ATTN: Janice S. Moore, 1830 Quartermaster Road, Fort Lee, Virginia 23801-1606. Please reference solicitation number on your quotes. Quotes must be in writing. Facsimile quotations are acceptable. The facsimile number is (804) 734-4633. Offerors must be registered in Central Contractor Registration database to be eligible for award. (Ref. DFAR 252.204-7004). To verify registration, Cage Code, Duns and Federal Tax ID # must be provided. Contractors are hereby notified that effective 1 September 2001, contractors are required to obtain a temporary visitor's pass or register their vehicle at the Provost Marshall's Office in order to gain access to Fort Lee. Questions concerning this combined synopsis/solicitation should be addressed to Janice Moore, 804/734-4575, fax 804/734-4633. SEE NUMBERED Note 1.
- Web Link
- TRADOC CONTRACTING ACTIVITY (http://155.217.90.208)
- Record
- Loren Data Corp. 20010827/58SOL001.HTM (W-235 SN50V874)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on August 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|