Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

71 -- Design and Install BFT Console Workstations

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
 
ZIP Code
80916-2749
 
Solicitation Number
DASG62-03-T-0001
 
Response Due
8/5/2003
 
Archive Date
10/4/2003
 
Point of Contact
George P Knowlton IV, 719-554-1967
 
E-Mail Address
US Army Space Command
(george.knowlton@arspace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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; proposals are b eing requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number DASG62-03-T-0001 and is unrestricted. This solicitation document and incorporated provisions and clauses are those in effect throu gh Federal Acquisition Circular 2001-14. Standard Industrial Classification number is 2522. NAICS number is 337214. Business Size Standard is 500 employees. DESCRIPTION: The following specifications are issued as Brand Name or equal specifications. With that, the term “or equal” is not added to each item/component description, but is instead stated here and applied to all items and components discu ssed hereafter. The offeror shall design, deliver and install Ten (10) each OPERATIONAL CONSOLE WORKSTATIONS for the Space-Based Blue Force Tracking Mission Management Center (SB-BFT MMC) located in Bldg 3 Secure Compartmented Information Facility, to inc lude all associated parts, components, hardware, and electrical lines, as stated. The following integrated configuration has been provided. Offerors shall structure their quote to include a price for: CONTRACT LINE ITEM/(CLIN 0001): Design, deliver and install Ten (10) each OPERATIONAL CONSOLE WORKSTATIONS for the Space-Based Blue Force Tracking Mission Management Center (SB-BFT MMC), to include all associated parts, components, hardware, and electrical lines. MFR: Wrightline, Model/Part Number: Profile™ Flat Panel Display System or Equal. All components shall be fully integrated prior to delivery. Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror’s quote. Products not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Technical/Functional requirements: (1) Offerors system design, configuration or installation must provide SB-BFT MMC an optimum space efficient and e rgonomic solution to adequately accomodote MMC staff personnel working at the 10 separate consoles and installation of 4 to 6 twenty one inch (21”) flat screen monitors (at a height not to exceed 33” to permit full room viewing) and other staff / operations resources or equipment. (2) Products offered must provide suitable structural integrity, rigorous to withstand varying and continuous MMC staff 24/7 operations, heavy equipment. (3) Products proposed must provide two integral power strips with e ither 6 or 10 outlets to allow multiple connections to ADP equipment. The two power strips must be capable of handling 15 amps of power. (4) Console workstations offered must connect to existing floor plate power source in an unobtrusive manner to allow full power to all equipment on the consoles through the integral power strips. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror’s claims shall be provided with the offeror’s quote. Manufacturer’s standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are desired to be delivered FOB Destination and installation required to be completed no later than 15 Sept 2003, which presumes contract award no later than 7 Aug 2003. Delivery/Acceptance point is HQ US Army Space Command, 350 Vandenberg Street , Peterson Air Forc Base, Colorado 80914. Government workdays are between the hours of 0730 and 1630 MT. Point of contact to schedule a site visit is George Knowlton at (719)554-1967, which will be conducted by appointment only; if requested. FAR provisio n 52.212- 1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government r eceipt of quotes. Any interested/qualified small business sources that believe they can provide the required equipment must respond no later than 4:00 PM, Mountain Time, 05 Aug 2003. Award is anticipated no later than 7 Aug 2003. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) System Design/Configuration Technical/Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Schedule - ability to meet or exceed required delivery/installation completion date; (3) Past Performance - ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price – most advantageous price considering all other factors; Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal informatio n (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror’s that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Offeror shall provide a minimum of 3 references to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contractin g office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the offer or’s proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for ev aluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-2 6, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Na me or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items an d 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-AR-CM, 350 Vandenberg Stree t, Peterson AFB, Colorado 80914. All RFP’s not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile, however, it is the responsibility of the Offeror to ensure receipt - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 4:00 PM MT, 5 Aug 2003. The point of contact for all information regarding this acquisition is George P. Knowton at (719) 554-19 67, fax (719) 554-8405 or at e-mail at george.knowlton@arspace.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/SMDC/DASG62/DASG62-03-T-0001/listing.html)
 
Place of Performance
Address: US Army Space Command ATTN: SMDC-AR-CM, 350 Vandenberg Street Peterson AFB CO
Zip Code: 80916-4914
Country: US
 
Record
SN00389375-F 20030802/030731223807 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.