Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2004 FBO #0940
SOLICITATION NOTICE

58 -- Computers and Sat internet connection

Notice Date
6/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
CERP0014
 
Response Due
6/26/2004
 
Archive Date
7/11/2004
 
Point of Contact
Major Tom Ficklin, Contracting Officer, Phone 703-343-9225, Fax 703-239-9227, - Major Tom Ficklin, Contracting Officer, Phone 703-343-9225, Fax 703-239-9227,
 
E-Mail Address
ficklint@orha.centcom.mil, ficklint@orha.centcom.mil
 
Description
CERP 0014 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) 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. This solicitation, W914NS-04-Q-0185, issued as a Request for Quotations (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23 and DFARS Change Notice 20040513. The associated NAICS code is 221112. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Computer and Sat Communication Equipment CERP 0014 IP ACCESS SOLUTION VIA SATELLITE FOR PROVINCIAL JCC STATIONS STATEMENT OF WORK FOR VSAT/IP AND NETWORKING DATA CONNECTIVITY FOR THE PROVINCIAL JCC STATIONS 1.0 BACKGROUND. This Statement of Work articulates the support, equipment and maintenance requirements for the communications services to 12 Provincial JCC Stations in locations throughout Iraq. 1.1 Connectivity to the national communications infrastructure is currently not available. There is no communications infrastructure (copper or fiber optic cable) or adequate supporting utilities in these areas. 2.0 OBJECTIVE. Provide scaleable networking solution for, IP access via satellite, and as an option international VoIP voice to 12 Provincial JCC Stations in locations throughout Iraq. 3.0 SCOPE. The solution is to be a complete and robust satellite IP data network that will provide mission internet data communications and as an option VoIP for command and control and will be the primary means for administrative and logistical support for the designated locations. . 4.0 SERVICES. 4.1 Data Capability: Data communications will be provided within the installation to all designated personnel. Data drops are specified below. Data requirements include: ? Data drops to each office designated. ? Equipment installation for ALL communications architecture elements to include but not limited to routers, switches, UPSs, etc. ? Cabling (as required), conduit, and connectors ? comm center to all rooms within Building as required. ? LAN bandwidth not below 100 Mbps for all networks (54Mbps wireless acceptable) ? Minimum of 2 networked printers, HP4200N or equivalent capability with 6 toner cartridges. ? Network security to include but not limited to firewall protection, and virus protection. ? Satellite Kbps rate should be appropriate for 10 users, Contract should provide rates and options. ? 10 Desktop computers as defined below. ? UPS power backup for the Satellite system and one pre-designated PC. 4.4 Support and Maintenance: The contractor shall provide system and network: administration, troubleshooting, technical support, to include warranty repair coordination, and equipment replacement/repair recommendations. Support requirements include: ? User account creation and management ? 24-hour emergency response time ? Warranty repair coordination for all equipment 5.0 PLANNING 5.1 Planning and Documentation: The contractor shall prepare and present plans for the communication solutions as follows: ? Develop and submit a communications architecture solution to meet the performance requirements that will be reviewed and approved by OST CPATT/C-6 before implementation can begin. ? Develop an implementation plan that will be reviewed and approved by CPATT/C-6 before implementation can begin. ? Conduct end-to-end testing according to the plan. 6.0 PERIOD OF SERVICE The period of service shall be 3 month from system activation with options for additional service. 7.0 GOVERNMENT FURNISHED EQUIPMENT The government will furnish desktop computers preloaded with Arabic software, laserjet printers and cartridges, Arabic keyboards, and media 8.0 CONTRACTOR FURNISHED EQUIPMENT The contractor will provide the equipment necessary to perform the services under this contract. Minimum Desktop Computer specifications: Mini tower personal desktop computer with 17? monitor. System shall meet following minimum requirements: Pentium Processor 4 or AMD equivalent @ 2.0GHz/533MHz FSB, MS Windows 2000 SP4, 512MB DDR Memory, 40GB Hard Drive, 1.44MB Floppy Drive, DVD+CDR/W Drive, Software included: (MS Office Arabic version, Antivirus, WinZip compatible compression/archive), ball/optical scroll mouse, Arabic keyboard, 10/100baseT compatible Ethernet network card, 220V compatible power supply, standard warranty. 9.0 DELIVERY The contract will deliver all goods and install on site. Delivery and installation shall be 30 days after award to FOB Baghdad, Iraq approximately 20 miles from Airport. Detailed shipping instructions will be included with the actual award document. The Contracting Officer will evaluate quotes on the basis of Price and Technical acceptability equally, also Past Performance and delivery Schedule will be factors of consideration.. The selection of a contractor for award will be based on the quality and specification strength in the area of the offered price and technical acceptability (offeror shall include detailed product description that highlights specifications and qualifications). Offerors are cautioned that unsupported promises to comply with the RFQ requirements will not be sufficient. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. The past performance and delivery will be considered, although of lesser importance than the price and technical elements of the proposal. Offerors should provide references for a minimum of three other contracts and/or subcontracts for items of similar scope. Projects cited and past performance references should be recent (within the last 3 years of the date of the quote). The references should be limited to a brief description of the service provided, together with client points of contact (include email address and phone number of references). Each offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. The record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the quote. Offerors should also discuss whether they will be able to comply with the delivery requirements. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 30 days ARO. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation-- Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows the proposed unit price for each line item, line item total amount, and a total offered proposal price; (2) Technical documentation featuring the salient characteristics of each line item that demonstrates they understand the specifications stated in the SOW; (3) Past Performance history with in the last three year that demonstrates the offerors ability to provide the required commercial items and meet required Delivery schedule; (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor Duns and Bradstreet (DUNS) number; (5) Contractor Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders--Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor Registration (NOV 2001); De-Ba-athification of Iraqi Society, Coalition Provisional Authority Order Number 1, dated 16 May 2003, subject: De-Ba-athification of Iraqi Society and the corresponding implementation plan and delegations of authority can be found at http://cpa-iraq.org. All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-1) no later than 5:00 P.M. (Baghdad Time) 5 July 2004, to the following email address: cpa_contracting_act1@orha.centcom.mil, Attn: Contracting, Coalition Provisional Authority, Baghdad, Iraq and reference the RFQ solicitation number. Questions in regards to this quotation should be directed to John Mancini email at john.mancini@cpa-iq.com faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor Registration database (www.ccr.gov) prior to the award of any Government Contract.
 
Place of Performance
Address: Baghdad and surrounding areas IRAQ
Country: IRAQ
 
Record
SN00607265-W 20040623/040621212329 (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.