Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

D -- Satellite Communications System for Dredge Thompson

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES06T0041
 
Response Due
9/19/2006
 
Archive Date
11/18/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Description: (i) 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; quotations a re being requested and a written solicitation will not be issued. (ii) The reference number is W912ES-06-T-0041 and the solicitation is issued as a Request for Quotation (RFQ). CLOSING DATE AND TIME ARE 19 SEPTEMBER 2006 AT 3:30PM CDT. (iii) This solicit ation is 100 percent set aside for Service-Disabled Veteran-Owned Small Business Concerns. The associated NAICS code is 517410 and small business size standard is $13,500,000. (iv) Work to be completed under this contract will consist of providing a satell ite phone system for use aboard a marine vessel operating in the Upper Mississippi River. The system shall include all necessary hardware, software, materials, supplies, and licenses needed to create two fully functioning encrypted phone lines with 1024 kp s receive and 256 kps transmit rates. The contractor shall install and set up the system and demonstrate continuous communication capability and rated speed under various working conditions. Phone service, including free long distance service and internet access, shall be provided for one year after inspection and acceptance. All quotes must be broken down and prices shown for each Contract Line Item Number (CLIN) below. CLIN 0001  Includes all hardware, software, materials, supplies, licenses and instal lation required for the implementation of two fully functioning encrypted satellite phone lines aboard the Dredge Thompson; CLIN 0002  Includes twelve (12) months phone service for two phone lines installed under CLIN 0001. Technical Specifications are available as Addendum I on the Federal Technical Data Solutions (FedTeDS) at www.fedteds.gov. (v) Delivery and acceptance of deliverables will be FOB Destination. Satellite communications hardware installation will be completed within 60 days after Notice of Award is received. (vi) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in fu ll text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://www.arnet.gov/far/ (vii) The clause at 52.211-6, Brand Name or Equal, applies to t his solicitation. (viii) The provision at 52.212-1, Instructions to Offerors  Commercial Items, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation  Commercial Items, is applicable to this solicitation. Award will be made on best v alue to the Government, price and other factors considered. This Request for Quotation utilizes cost and technical tradeoff analysis. The decision to award on best value will have a basis of: a.) Price, b.) Past Experience, c.) Past Performance, and d.) W arranty. The aforementioned non-price factors are listed in descending order of importance and their combined technical value is somewhat less when compared to price. Additional instructions are provided in Addendum II, Evaluation of Commercial Items. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at 52.212-3, Offeror Representa tions and Certifications - Commercial Items, applies to this solicitation. The contractor must return a completed copy of this provision wit h its quotation. Paragraph (b), Taxpayer Identification Number (TIN), of provision 52.212-3 does not apply. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. The clause at 52.219-1, Small Business Program Representations (Alternate I), applies to this acquisition. The clause at 5 2.222-21, Prohibition of Segregated Facilities, applies to this acquisition. The provision at 52.222-22, Previous Contracts and Compliance Reports, applies to this solicitation. The clause at 52.219-27, Notice of Total Service-Disabled Veteran-Owned Smal l Business Set-Aside, is applicable to this acquisition. The clause at 52.237-3, Contunity of Services, applies to this acquisition. The clause at 52.222-41, Service Contract Act of 1965, As Amended, applies to this acquisition. The Service Contact Act Wage Determination may be found in Addendum III. The clause at 52.222-42, Statement of Equivalent Rates for Federal Hires, is applicable to this acquisition. The clause at 52.232-23, Assignment of Claims (Alternate I), applies to this acquisition. The c lause at 52.233-4, Applicable Law for Breach of Contract Claim, applies to this acquisition. The clause at 52.246-17, Warranty of Supplies of a Noncomplex Nature, applies to this acquisition. The clause at 52.246-20, Warranty of Services, applies to this acquisition. The clause at 52.252-1, Solicitation Provisions Incorporated by Reference, applies to this acquisition. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The DFAR clause 252.209.7001 Disclosure of Owne rship or control by the government of a terrorist country applies to this acquisition. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, app lies to this acquisition; the following items under Clause 252.212-7001 are considered checked and applicable to this acquisition: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023, Transportation of Suppli es by Sea. The DFAR clause at 252.204-7004 (Alternate A), requires Central Contractor Registration (CCR). The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. The clause at 252.232-7010, Levies on Contract P ayments, applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. (xiii) To receive the solicitation technical documents and be eligible for contract award, the quoter must be registered in the CCR and the Federal Technical Data Solutions (FedTeDS) websites. CCR information may be found at http://www.ccr.gov/. Once registered with CCR, registration with FedTeDS may be pursued at http://www.fedteds.gov. (xiv) Contractors that are debarred, s uspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquis ition. (xv) QUOTATIONS ARE DUE BY 19 SEPTEMBER 2006 AT 3:30PM CDT to Major Leigh Bandy at the Army Corps of Engineers Center, 190 Fifth Street East, St. Paul, MN 55101-1638. Quotes may also be faxed to (651) 290-5706 or emailed to Leigh.M.Bandy@mvp02.usace .army.mil. Quotations should be made on Standard Form 1449, available in fillable Adobe Acrobat format as Addendum IV. (xvi) Requests for Addenda I through IV should be made to Major Bandy at the contact information listed above, or by visiting FedTeDS a t http://www.fedteds.gov, and searching under Solicitation # W912ES-06-T-0041.
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01135344-W 20060908/060906230155 (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  © 1994-2020, Loren Data Corp.