Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2007 FBO #1901
SOLICITATION NOTICE

69 -- Furnish and Install Brand Name or Equal Caswell Target Lifters at Range #4, Fort Lewis, WA 98433.

Notice Date
2/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0005
 
Response Due
2/22/2007
 
Archive Date
4/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of 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 so licitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0005 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-15 and DCN 20070122. This requirement is a 100% Small Business Set Aside with a NAICS Code of 339999 and a corresponding size standard of 500 employees. FAR Clause 52.211-6, Brand Name or Equal, is applicabl e. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reas onably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal pr oduct, the quoter shall provide the brand name product referenced in the solicitation.The description of the commercial item is for Meggett Defense System  Caswell, Target Lifter Components and reads as follows: CLIN 0001 - 1 EACH, RM 9000 - Range Master 9000 Desktop Computer. CLIN 0002 - 1 EACH, Computer Interface EI4-8 Range Interface Adapter, Cable CTRL. CLIN 0003 - 50 EACH Infantry Target Lifters SIT-AA10 SIT POP-UP AC/HW. CLIN 0004 - 9 EACH, Moving Infantry Targets, MIT-DP26-AC. Moving Infantr y Target with 50' track. Carrier shall include adjustable mounts for SIT mounting. CLIN 0005 - 225 EACH, 10' track sections, Track, 10 Foot Kit for DP26 MIT. CLIN 0006  114 EACH Serial Data Wall Terminal Assembly without box. CLIN 0007  59 EACH Seria l Data Cable Assembly 2 Meter. CLIN 0008  4 EACH First Day of Technical Support (Travel Days). CLIN 0009  26 EACH Second Day of Technical Support (Install Days). CLIN 0010  59 EACH Muzzle Flash Simulator Lights for 50 each SITs and 9 each MITs. Del ivery time shall be no later than April 30, 2006 to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. FOB point is destination. Acceptance will be at the destination. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Technical Acceptability is constituted by: the items offered by the vendor are the identical items and manufacturers part num bers included in the solicitation, or the full description and specifications of the equal items the vendor is offering are equivalent to or exceed the specifications included in the solicitation, and the quoted equal items are equivalent in form, fit, and function to the items stated in the solicitation. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendo r has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to issue a purchase order to that vendor and no othe r quote will be evaluated. If the lowest priced quote is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutra l past performance, is determined. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quot ation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Identification Of Contractors Employees  Fast Access Gate Program, 52.111-4133, Commercial Vehicle Access to Fort Lewis, Addendum to Clauses 52.111-4131, 52.111-4132 and 52.111-4133, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a ) Unless the contractor voluntarily participates in the Fast Access Gate Program, commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on Nor th Fort. The Logistics Center Gate is open 0530  2130, Monday through Friday (closed weekends and federal holidays). The D Street Gate Commercial Vehicle Inspection Point (CVIP) is open 0530 - 1330 Monday through Friday (closed weekends and holidays. I n the event both the Logistics Center Gate and the D Street Gate are closed, commercial vehicles must use the Madigan Army Medical Center Gate 2130  0530, 7 days a week. A visitor pass must be obtained. All commercial vehicles will be searched. The Cont ractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (b) If the contractor participates in the Fast Acces s Gate Program, contractor vehicles may enter the installation through any fast access gate lane except when Force Protection Level Charlie or Delta is in effect. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through t he Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gat e or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Acce ss Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (E nd of clause). Local clause 52.111-4132 states: a. Each employee who requires access to Fort Lewis to perform work under any contract, at any tier, must obtain either a fast access identification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the employee requires access to Fort Lewis more than twice per week. Co ntractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Installation Visitor Center located near the Main (Liberty) Gate. Contractors operating a commercial vehicle may obtain a 1-day pass at either the Logistics Center Gate or the D Street Gate when those gates are operational. When the Logistics Center Gate and the D Street Gate are closed, commercial vehicles will use th e Madigan Gate. The visitors pass may be issued for a maximum of up to 30 days at a time based on sponsorship. A fast access identification badge will only be issued to contractor employees if the contractor participates in the Fast Access Gate Program. The Fast Access Gate Program is a voluntary program. b. The contractor shall provide information as required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor emp loyees who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any set-up fee and the fee per employee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adverse, a fast access ide ntification badge will be issued by the FAGPC to the contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuing a fast access identification badge to the contractor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however, if the contractor employee does not meet the criteria for being issued a fast access identification badge, the Government may, in its sole discretion, d ecide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any reason (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identificati on badge to the FAGPC within two (2) calendar days of such change. If the identification badge cannot be returned within the required time frame for any reason, the contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, f ollowed up in writing the next work day. An employees inability to obtain entrance to a Government installation because he/she does not have the required identification badge or visitors pass shall not excuse timely performance of the requirements of th is contract. The FAGPC or the Government may change the location at which identification badges are issued or returned, with or without advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any cla use of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such loss, theft, or reproduction is discovered, followed by a written report of the circumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employee shall wear the fast access identification badge while performing work under the contract. The identification badge shall be worn on the upper front of the ou ter garment unless precluded by OSHA regulation(s). The identification badge shall not be used for access to any Government installation except for performance of work under the contract for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The final invoice will not be considered proper for purposes o f the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the contractor will be notified by the Contracting Officer as to whether the fast access identification cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the installation. (End of clause) Local clause 52.111-4133 states: Commercial vehicle access to Fort Lewis will be allowed o nly at the Logistics Center Gate (Exit 123 from I-5) and the D Street Gate when those gates are operational. The Logistics Center Gate is open for commercial vehicle traffic from 0530-2130 hours Monday  Friday. The gate is closed all weekends and federa l holidays The D Street Gate is open for commercial vehicle traffic from 0530-1330 Monday through Friday, excluding federal holidays. These gates are open for inbound commercial vehicle access and inspection. In the event both the Logistics Center Gate and the D Street Gate are closed, commercial vehicles must use the Madigan Gate (Exit 122 from I-5). All commercial vehicles will be searched. A visitor pass must be obtained. The Contractor should anticipate delays in getting commercial vehicles on post . The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (End of clause). Addendum to Clauses 52.111-4131,52.111-4132 and 52.111-4133 states: Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Fast Access, Eid Passport, Incorporated, 9560 SW Nimbus Avenue, Beaverton, Oregon 97008, Office: 503-924-5319, Fax: 503-924-5320, Karne Schneider, Program Director, Cell: 503-314-140 4, kschneider@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge r eceived by you will continue to be valid until its expiration date. (End of Addendum). Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Po licy), the Contractor shall communicate with the Government utilizing electronic mail. (End of clause). Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercia l Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14 , 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. The following SCA clauses clauses within FAR 52.212-5(c) are applicable to this acquisition: 52.222-41, 52.222-42, Statement of Equivalent R ates for Federal Hires. This statement is for information only. It is not a wage determination: Employee Class  Electronics Technician, Maintenance I, WG-08, Monetary wage-Fringe Benefits: $22.99/hr. Employee Class  Electronics Technician, Maintenance II, WG-09, Monetary wage-Fringe Benefits: $23.98/hr. Employee Class  Electronics Technic ian, Maintenance III, WG-10, Monetary wage-Fringe Benefits: $ 24.83/hr., and 52.222-44. Wage Determination WD-2005-2567 Revision (2) Pierce, 12-19-06 applies. FAR Clause 52.211-6, Brand Name or Equal, is applicable. The minimum salient characteristics offered by the vendor for Supply CLINs 0001 through 0007, and Su pply CLIN 0010 shall describe supply items fully compatible, interoperable and equivalent in form, fit, and function to the existing Caswell equipment items currently in operation at Range # 4, Fort Lewis, WA. The minimum salient characteristics for Supp ly CLINs 0001 through 0007, and Supply CLIN 0010 are : CLIN 0001  1 ea. computer control system with Windows XP Pro? operating system, Pentium 4 Processor 1.4 GHz minimum, 1 GB RAM, 1600 X 1200 resolution, 128 MB video card, 20 GB HDD, DVD-CD R/W Drive, Two COM ports, One DB25 port, Two USB ports, Two PS2 ports, 17 monitor, Laser black and white printer, Uninterruptible power supply, Keyboard and mouse. CLIN 0002 - 1 ea. Range interface adapter. Adapts RS-232 to/from computer to RS-485 for targets. CLIN 0003 - 50 ea Stationary infantry target, AC power, RS-485 cable control. Raises and lowers standard Army E, F and 3D targets, Adjustable hit sensitivity from computer, Adjustable hits to kill from computer. CLIN 0004 - 9 ea. Moving infantry target (MIT ) w/50 track. Includes: Docking/recharging station and One infantry target mechanism (SIT) Adjustable SIT mounting stand. Clin 0005 - 225 ea. 10-foot track kit to lengthen each MIT track to 300 feet. Clin 0006 - 114 ea. Serial data wall terminal assem bly, less box. Provides connection point for target from underground data cable. Clin 0007 - 59 ea. Serial data cable assembly. Connects target to serial data wall terminal. CLIN 0010 - 59 ea. Muzzle flash/moonlight, installed, Flashes on target to s imulate enemy return fire, Provides steady, low level light on target to simulate moonlight illumination. (End of Salient Characteristics ) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable t o Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225.7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Telephonic inquires regarding this solicitation may be ma de to Bill Hatchett, Telephone 253-966-3475 prior to submission of the vendors quote. Quotes are due on February 22, 2007 at 4:00P.M. Pacific Standard Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Bill Hatchett, william.h.hatchett@us.army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. and Federal Business Opportunities. No numbered notes apply to this combined syn opsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01227778-W 20070209/070207221105 (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.