Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
DOCUMENT

70 -- Plant CML Vesta SL-100 System - Performance Work Statement

Notice Date
7/29/2008
 
Notice Type
Performance Work Statement
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-08-Q-0092
 
Point of Contact
Karen D Ghani, Phone: 717-770-5951
 
E-Mail Address
karen.ghani@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3100-08-Q-0092 The Defense Distribution Center located in New Cumberland, PA has a requirement to improve the effectiveness of processing all emergency calls associated with DDSP, and to more effectively dispatch appropriate responding services to those emergencies. In support of this effort, it is necessary for the contractor to install appropriate hardware and software that will provide an integrated application to include interfaces to the existing telephone and Land Mobile Rand System. The contractor shall be required to provide services, equipment and associated materials in the form of installation setup and end-user training. This is a small business set aside for vendors that can provide the brand name equipment (Plant CML Vesta SL-100 system as described below). The NAICS code is 334210. The size standard is 1,000 employees. This is a brand name acquisition due to the fact that the E-911 system requires certification from DoD. A written justification to limit sources has been executed in accordance with FAR 6.3 and is attached to this announcement. CLIN 0001 is for (1) VESTA SL-100 E-911 dispatch system to include (2) operator call-taker workstations, with each workstation equipped with (2) 20” Touch-Screen flat panel monitors, an Automatic Location Information (ALI) database, and (1) Digital Logging Record with installation. The installation of the above items will be complete within 120 days of contract award. Work shall be in accordance with the Performance Work Statement. This is a firm fixed price line item. CLIN 0002 is for a two year support agreement in accordance with the PWS. This is a firm fixed price line item. Offerors shall provide a firm fixed unit price for each CLIN and the total amount. See the attached performance work statement. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-3, FAR 52.203-6 (ALT I), 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-39, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7012, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS; AND DLAD 52.247-901 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet all of the requirements in the performance work statement. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to karen.ghani@dla.mil, Request for Quote Number SP3100-08-Q-0092. Prices and representations/certifications are required NLT 12:00 PM EST on August 13, 2008. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0760d5953b085e7e6b700af6f54ecb3f&tab=core&_cview=1)
 
Document(s)
Performance Work Statement
 
File Name: Performance Work Statement for additional details regarding requirements. (Performance Work Statement for VESTA for CSS.doc)
Link: https://www.fbo.gov//utils/view?id=c2004034a118a655ceb8c7a962db71f7
Bytes: 76.50 Kb
 
File Name: Brand Name Justification information (Justification & Approval (J&A) for FBO.doc)
Link: https://www.fbo.gov//utils/view?id=1daf70c8c809310a9dd7d07e2502f9f1
Bytes: 20.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Defense Distribution Center, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN01626363-W 20080731/080729230907-0760d5953b085e7e6b700af6f54ecb3f (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.