Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
MODIFICATION

N -- PDS/SIPR Installation for 1/10th at Panzer Kaserne, Boblingen Germany

Notice Date
1/25/2008
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACA, RCO Seckenheim, Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
 
ZIP Code
09266-0509
 
Solicitation Number
W912PE-08-T-7046
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
Ryan McCauley, 07117292935
 
E-Mail Address
Email your questions to ACA, RCO Seckenheim
(ryan.mccauley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this no tice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The closing date is 6 February 2008 @ 2:00 PM CET (UTC +1). The solicitation number is W912PE-08-T-7046 and is issued a s a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-23. The NAICS code is 541512 and the size standard is $23 Million. The solicitation will be issued as a full and open competitive procurement. The USACCE, RCO Seckenheim, Stuttgart Sub-Office intends to award a firm fixed-price (FFP) contract with a five week performance period and a desired completion date of 7 March 2008 for the installation of Protected Distribution System PDS/SIPRNET connections in Building 2966 on Panzer Kaserne located in Boblingen, Germany. See Attachment 1, Scope of Work and Attachment 2 Building Diagram for a description of the items to be supplied. The Contract Line Item Numbers that are applicable to this solicitation are: Item Number Description QTY Unit of Issue Unit Cost Total Cost 0001 Phase I PDS/SIPR Installation 1 EA __________ __________ Includes all materia ls, labor, shipping and all other costs associated with installation of PDS/SIPR. Period of Performance: Award through 5 March 2008 0002 Phase II: Security Safe Inst. 1 EA __________ __________ Includes all materials, labor, shippin g and all other costs associated with installation of safe. Period of Performance: Award through completion 7500 Contractor Manpower Reporting 1 EA NSP Not Sep Priced The Contractor shall report all Contractor manpower (to include sub contractor manpower) employed for the performance of this contract. The Contractor shall complete all required fields in the reporting system using the web address: https://cmra.army.mil/. The requiring activity will assist the Contractor with the report ing requirement as necessary. The Contractor may enter reports at any time during the reporting period, which is defined as the contract's period of performance not to exceed 12 months ending 30 September of each Government fiscal year. Reporting must be completed no later than 31 Oct following the fiscal year during which the contract is in place. Reporting must be completed for every year or part of a year for which the contract is in place. Failure to comply with this reporting requirement will resul t in contract termination. TOTAL COST_____________ BASIS OF SELECTION: The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. The Government shall award a contract resulting from this RFP to the responsible business whose quote offers the best value to the Government, technical, past performance, and price considered. Prior work performance history with 5th Signal Battalion SIPR networks is highly desired and shall be viewed favorably. A written summary of the offerors technical capability to meet the requirements of the PWS is required. Your written summary shall include (A). A narrative technical approach detailing the offerors solution to meeting all of the requirements contained in t he scope of work. (B.) A listing of all materials proposed that shall be used during the technical evaluation to assist in a technical feasibility determination (C.) Time table/schedule for overall project completion showing a completion date of 5 March 2008 for Phase I, and (D.) Proof of current and valid 5th Signal Command accreditation in order to perform work on the SIPR network. Offerors shall provide a t least two Past Performance references for which your company provided services that are both recent and relevant. Recent is defined as work performed in the past five years. Relevant is defined as work of a similar nature to the requirements outlined i n this combined synopsis/solicitation. For each reference, offerors shall list: a.) Organization/company/contracting partners name. b) Contracting Office to include current address, phone number, and e-mail address of a Point-Of-Contact (preferably both a contracting point-of-contact and a program office or technical Point-Of-Contact). Offerors are responsible for accurate addresses and telephone numbers for submitted past performance information. .c) Description that precisely explains: the scope of th e contract and information explaining the quality of service, timeliness, and overall performance. d) Performance period. e) Contract Number. f) CPARS if applicable. The Government will also use other available resources to evaluate and assess risk for past performance. The Pricing information should be included in the blanks associated with the respective contract line item numbers (CLINS) included earlier in the combined synopsis/solicitation. A price analysis shall be conducted by the Government to determine reasonableness and realism. Satisfactory competition shall satisfy the reasonableness determination. Price realism assesses how realistic an offerors price matches their technical proposal. Any proposal that does not meet all of the solicitat ion requirements will be rejected as nonresponsive and is unawardable. The following FAR clauses and provisions apply to this acquisition: 52.252-1 -- Solicitation Provisions Incorporated by Reference, 52.212-1 Instructions to Offerors Commercial Items, 52.212-2 Evaluation  Commercial Items, 52.212-3 Offerors Representations and CertificationsCommercial Items, DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. Vendors who fail to furnish representations via ORCA or as a separate submission with their proposal may be excluded from consideration. 52.212-4 Contract Terms and ConditionsCommercial Items, Addendum to 52.212-4, Paragraph (b) Assignment is replaced by DFARS 252.232-7008 Assignment of Claims (Overseas), Paragra ph (k) TAXES is replaced by DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties, DFARS 252.229-7002 Customs Exemption (Germany), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders and in accordance with FAR 12.6 03(c)(2)(xii) the following provisions under the clause apply, (b)(25)(ii),(31), (36), and (40), 52.225-17 Evaluation of Foreign Currency Offers, FAR 52.214-34, Submission of Offers in the English Language, FAR 52.225-14, Inconsistency Between English Vers ion and Translation of Contract, DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.204-7004, Central Contractor Registration; DFARS 252.204-7006 Billing Instructions, DFARS 252.209-7004, Subcontracting with firms that are owned or controll ed by the Government of a Terrorist Country, DFARS 252.212-7000; and DFARS 252.212-7001 (Dev), Contractor Terms and Conditions Required to Implement. DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.222-7002 Compliance with Local La bor Laws (Overseas), DFARS 252.233-7001 Choice of Law (Overseas), 52.233-1 Disputes, 52.252-2 Clauses Incorporated by Reference. The complete text of any or all of the clauses/provisions effective on the day of the latest Federal/Defense Acquisition Circu lar is also available electronically from the following websites: http://farsite.hill.af.mil/ and/or http://www.arnet.gov/far/. Electronic Transmission - offers in response to this RFP, including the written technical representation, past performance sub missions, pricing, and representations and certifications (if not available in ORCA) shall be submitted via email to ryan.mccauley@us.army.mil. Offerors shall provide as a minimum: 1) RFP number, 2) Name, address, and telephone number of point of contact of offeror, 3) CLIN 0001 Pricing, 4) Representations and Certifications (unless offeror maintains updated Reps and Certs at the ORCA website), 5) Two past perfo rmance references. Proposals must be submitted in Microsoft Word or PDF format. For information regarding this combined synopsis/solicitation, contact Mr. Ryan McCauley at 0711-729-2935 or at email ryan.mccauley@us.army.mil. Attachment 1: Scope of Work Attachment 2: Building Diagrams Attachment 3: Full Text Clauses Attachment 1 PDS/SIPR Installation Scope of Work: Phase I: PDS/SIPR Installation -Install a closed protected distribution system (PDS) to the 1st floor with a lockable air gap in order to provide SIPR access to 11 rooms of building 2966. See Attachment 2 diagram/schematic for Double Port SIPR RJ-45/CAT-6 Lockable Box (Box total: 16 / Port total: 38) and PDS Connection (Total: 11) locations and conduit routin g plan. -Installation of inside plant. The PDS will consist of a cable protection system with two double Ethernet data drops per room. Connective cabling will be constructed utilizing Cat VI data cabling. Network will connect into a temporary equipme nt cabinet (Govt provided) and terminate to 4 wire data encrypted circuits (Government provided). Phase II. Security Safe Installation -Provide and install 1 ea IPS security container that conforms to NSA National Policy NSTISSP #10, effective Ju ly 21, 1999. Container must allow for closed door, unmanned on-line operation of computers, network servers and work stations that process classified information. Single door with the following specifications: --Outside dimensions: 30.4H x 27W, x 39 D --2 fans that circulate up to 105 CRM of free air per fan --Example of a satisfactory safe can be viewed at http://www.klsecurity.com/GSA_Advantage/ips-information-container.htm PDS infrastructure will then be enclosed and terminated into this container. Note 1: Installation of a protected distribution system (PDS) shall be in accordance with the Installation Information Infrastructure Architecture (I3A) policy information system requirements and the 5th Signal Command Standards for Inter ior Cable Distribution, NSTISSAM 2-95A and HQ USAREUR standards for Protected Distribution Systems. Note 2: Upon completion and in order to gain acceptance by the Government, all work must pass Quality Assurance (QA) testing conducted by the 5th Sig nal Command. Attachments 2 and 3: Building diagram and list of full clauses are available upon request from ryan.mccauley@us.army.mil. All requests will be honored by COB local time.
 
Place of Performance
Address: ACA, RCO Seckenheim Attn: AEUCC-S, Unit 29331, APO AE
Zip Code: 09266-0509
Country: EU
 
Record
SN01492963-W 20080127/080125233737 (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.