Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

70 -- Blanket Purchase Agreements for Joint Technology Center/System Integration Laboratory (JTC/SIL) Information Technology Electronics, Communications and Support (ITECS) Equipment

Notice Date
11/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
AMCOM Contracting Center - Redstone Installation (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-10-T-0005
 
Response Due
12/10/2009
 
Archive Date
2/8/2010
 
Point of Contact
Whitney Alexander, 2568761232
 
E-Mail Address
AMCOM Contracting Center - Redstone Installation (AMCOM-CC)
(whitney.a.alexander@us.army.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; proposals are being requested and a written solicitation will not be issued. The Government is seeking additional vendors for performance on this existing BPA. The incumbent vendors are not required to responds. 3.1 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; proposals are being requested and a written solicitation will not be issued. 3.2. The solicitation number for this streamlined acquisition is W31P4Q-10-T-0005 and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This acquisition is reserved for small businesses. 3.3. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR subpart 13.5, to the maximum extent possible. 3.4. The associated North American Classification System (NAICS) code is 423430. The small business size standard is 500 employees. 3.5. The Aviation and Missile Command (AMCOM) Contracting Center on behalf of the U.S. Army Aviation and Missile Research, Development and Engineering Centers (AMRDECs) Joint Technology Center/System Integration Laboratory (JTC/SIL) intends to establish Blanket Purchase Agreements (BPAs) with small businesses, including HUBZone and Service-Disabled Veteran-owned small businesses within 60 miles of Gate 1, Redstone Arsenal, Alabama. The requirement for close proximity to Redstone Arsenal, Alabama is to provide for expedited, direct delivery of commercial products acquired under BPA call orders that are required to support the global mission of the JTC/SIL. The JTC/SIL is a center of technical excellence to support all Unmanned Aerial System (UAS) programs within the services. The JTC/SIL mission also supports Service-specific and Joint Intelligence, Surveillance, and Reconnaissance (ISR) technologies and programs throughout the Department of Defense (DoD) and Other Government Agencies (OGAs). The JTC/SIL provides a Government test bed for emerging concepts experimentation; architecture development and refinement; rapid prototyping; technology insertion and transition; systems engineering and integration; modeling/simulation; training; test and evaluation; and Command, Control, Communications, Computers and Intelligence (C4I) optimization in support of Combat Developers, Materiel Developers, Warfighters and other customers. The JTC/SIL is the technical proponent and configuration manager for the ISR hardware and software equipment known as the Multiple Unified Simulation Environment (MUSE) and the Air Force Synthetic Environment for Reconnaissance and Surveillance (AFSERS), which is used to support worldwide Warfighter exercises and demonstrations. 3.6. The AMCOM CONTRACTING CENTER reserves the right to compete individual requirements, with the selected HUBZone or Service Disabled Veteran-owned small businesses to accomplish its socio-economic goals. 3.7. The initial BPAs will be issued for a ten-month period, with two (2) one-year option periods to renew. The AMCOM CONTRACTING CENTER reserves the right to cancel any companys BPA for any reason including poor performance and/or if the companys prices are determined to be no longer competitive. In addition, the AMCOM CONTRACTING CENTER may solicit additional companies at any time to replace or increase existing BPAs to fulfill the AMCOM CONTRACTING CENTERs requirements. 3.8. The Government is seeking a centralized vehicle, which offers a wide array of computer hardware and software products, electronic/electrical products and communications equipment that may be used by the JTC/SIL in developing new technical capabilities through the integrated use of these products. These products are often specialized configurations of commercial information technology equipment, electronic/electrical products and communications equipment required to meet RDT&E, Procurement and O&M funded applications. This range of products and capabilities will include computer hardware, software and licenses, maintenance; electrical/electronic equipment and components; electro-mechanical equipment and components; communications equipment; web-based information technology acquisition stat using systems; and information technology conferencing. Purchases under the BPAs shall be limited to the following Federal Supply Classes: 41 (Refrigeration, Air Conditioning & Air Circulating Equipment); 51 (Hand Tools); 52 (Measuring Tools); 53 (Hardware and Abrasives); 54 (Prefabricated Structures and Scaffolding); 58 (Communication, Detection and Coherent Radiation Equipment); 59 Electrical and Electronic Equipment Components; 60 (Fiber Optics Material, Components, Assemblies and Accessories); 61 (Electric Wire and Power Distribution Equipment); 63 (Alarm, Signal and Security Detection Systems); 66 (Instruments and Laboratory Equipment); 67 (Photographic Equipment); 69 (Training Aids and Devices); 70 (General Purpose Information Technology Equipment); 81 (Containers, Packaging and Packing Supplies); 83 (Textiles, Leather, Furs, Apparel, Tents and Flags); and 95 (Metal Bars, Sheets and Shapes). Examples of items that the AMCOM CONTRACTING CENTER may be procuring are as follows: Information Technology Equipment: High performance desktop computers, High performance notebook/laptop computers, Rack-mount computers, VME-based rack-mount computers; Computer peripheral equipment: Interface devices, Dongles, Printers (B/W and color), Scanners (B/W and color), High Performance Video cards, RAM Chipsets, External Hard Drives, Computer monitors, Sound cards, Notebook/laptop batteries, Notebook/laptop docking stations, Notebook/laptop security devices, Portable high-speed Serial Advanced Technology Attachment (SATA), Firewire and USB hard drive cases and drives, VME-based rack-mount computer peripheral boards and peripherals, Modems, CAC readers, Cables, CPU holders, CPU fans, Embedded computer processors and components, Mass Data Storage Equipment to include RAID (Redundant Array of Inexpensive Disks) units, RAID storage systems maintenance software; Optical data and storage media: Network routers, hubs and switches, Network security devices, Fiber optic channel ports, Fiber optic network management software, Dual port fiber optic channel cards, Specialized security software to include anti-spyware, malware, anti-virus, Graphics engine/visualization software, 3-D visualization data compiler and generation software, Computer code compiler software and maintenance, Computer versioning software, Automated tape or disc libraries, Data tape cartridges, Hardware and software program detection software, Test software, Standard OEM software maintenance and technical support, Commercial sensor model simulations, Software operating systems, Software development, analysis and conversion tools, Database generation and conversion software tools; Electronics Equipment: Adapters, Amplifiers, Large scale video display systems, Video processing encoders/decoders, Video storage, playback and digitization equipment, Miscellaneous/specialized electronic components/assemblies, Electronic/electrical connectors, blocks, brackets, distribution racks, Electrical wiring, plugs, assemblies, splitters, DVD recorders/players, Cables, Electrical cabinets; Communications Equipment: Line of sight and satellite communications equipment, Teleconferencing equipment, Modems, Attenuators; Support Equipment: Uninterruptible Power Supplies (UPS) and/or Surge Protection Equipment, Electrical power generators, Electrical power conditioning equipment, Fax machines, Tents, shelters, pre-fabricated structures and mobilizing equipment, Security detection systems, Shock and vibration hardened storage and transportation containers, Environment Control Unit (ECU)/shelter equipment and components, Electronic Counter Measures (ECM) material or equipment, Fieldable Air Conditioning & Heating Equipment, Hand tools and measuring tools, Metal bar stock, plates, sheets, and rods, Lighting equipment, Photographic equipment, Laboratory tools, Laboratory workbenches, shelving, trays, portable lifting equipment, Laboratory integration equipment, Laboratory and specialized test equipment, Signal generators, Training aid s and devices, Land line telephones, Headphones, Voice over Internet Protocol (VOIP) phones, support software and maintenance, Global Positioning System (GPS) receivers and related software, Vision enhancement equipment to include binoculars, night vision equipment, Laboratory safety equipment, Document shredders, Cable ducts, raceways, managers. Original Equipment Manufacturer (OEM) equipment will be specified in many instances because it has proven reliability in field exercises and laboratory application s to provide cost efficient performance and reliability or because it is compatible with existing equipment. BPA holders may be required to provide quotations in some instances based on an equipment specification provided by the Government. 3.9. Currently, the AMCOM CONTRACTING CENTER has access to existing contract vehicles through the USA Communications and Electronics Command (USACECOM) through which it procures office automation desktop and notebook computer hardware and commercial software that is available through the Computer Hardware Enterprise Software and Solutions (CHESS) contracts. Specific hardware items that are available through CHESS that meet JTC/SIL specifications, have a total Call Order value greater than $25,000 and are available within the Consolidated Buy Program Ordering Period will not be ordered through BPAs resulting from this synopsis and solicitation. Specific software items that are available through CHESS contracts will not be ordered through BPAs resulting from this synopsis and solicitation. 3.10. Following the establishment of the BPAs resulting from this synopsis and solicitation, the AMCOM CONTRACTING CENTER will compete any future ITECS requirements among a subset of BPA holders, using vendor rotation as determined by the Contracting Officer. In accordance with AFARS 5113.303-1, the Government reserves the right to conduct Reverse Auctions. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. Offerors must be authorized dealers or resellers of products that they are offering to the Government. Future requirement Call Orders will be identified by a Call Order numbering system determined by the Government. BPA holders selected by the Contracting Officer through BPA Holder vendor rotation will be notified electronically of new Call Order requirements through the issuance of a Call Order RFQ email from either the Contracting Officer or their designated Ordering Officer, identifying either (a) the OEM part number, description, quantity, required delivery date and date/time for submission of the quotation and/or (b) a product specification, quantity, required delivery date and date/time for submission of the quotation. The BPA contractors shall submit through the forum identified in the Call Order email its quotation for price and delivery in response to the Call Order. The Contracting Officer or their designated Ordering Officer shall specify the Call Order Quotation response time for each Call Order dependent upon the size and complexity of the order. Failure to submit a complete and timely response to a BPA Call Order RFQ may result in it being determined non-responsive to the Call Order RFQ and may serve as the basis for reduced use of the contractor during subsequent vendor rotation or cancellation of the BPA in its entirety. The award of all Call Orders issued under BPAs established through this solicitation and synopsis will be based on best value, price and other factors considered unless otherwise specified by the Contracting Officer. Contractors submitting a timely response and adequate documentation required in response to this synopsis and solicitation, and to whom a BPA is ultimately awarded, agree to waive their right to protest the award of all future Call Orders. Upon the notification of the issuance of a specific Call Order to the successful BPA Holder, that contractor shall assume responsibility for updating the projected delivery date for each Call Order item on a bi-weekly basis either through e-mail submission or other means specified by the Government in the BPA. The BPA Holders performance in meeting the required delivery date, which will be based on calendar days after date of issuance of Call Order, will be reflected in the contractors past performance assessment. All BPA Holders determined under this synopsis and solicitation will be required to bill and accept payment through both the Government Purchase Card, and the Governments Wide Area Work Flow system. If the dollar value of the Call Order exceeds the authority of the Government Purchase Card Holder, then a BPA order will be issued by the Contracting Officer. The contractor will be required to identify the location of its ordering/receiving facility to ensure that it is within 60 miles of Gate 1 at Redstone Arsenal, Alabama. All requests for Call Order requirements determined to be outside this radius will not be honored as any subsequent proposal would be considered to be non-responsive to the requirements of the synopsis/solicitation. The determination of the Government concerning the 60 miles from Gate 1 distance at Redstone Arsenal, AL is under the sole purview of the Contracting Officer and may be disputed by any contractors determined to be outside the commuting distance, but will not be the basis of withholding the issuance of BPAs to otherwise successful contractors. Contractors determined by the Contracting Officer to be within the required 60 miles commuting distance may not be disputed by other contractors. 3.11 Place of delivery will vary, but most deliveries will go to the AMCOM JTC/SIL, BLDG 6263 or one its surrounding annexes, Redstone Arsenal, Alabama 35898-5280. However, the Government may require delivery at other CONUS and OCONUS locations. The delivery location will be specified in each call order issued under the authority of the BPA. 3.12. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. In addition, Offerors are required to submit the following information: (1) Contractor certification that it will accept payment for ITECS equipment acquired through any BPA Call Order(s) for each Call Order executed against its BPA through a Government Credit Card and thru Wide Area Work Flow. (2) Contractor certification that its facilities involved in the ordering and receipt of equipment purchased under the BPA are within 60 miles of Gate 1 at Redstone Arsenal, AL; (3) Contract or certification that it is registered in ORCA; (4) Contractor certification that is registered in CCR; (5) Small businesses responding to this synopsis and solicitation will need to furnish the following information: a. Small business name and address; b. CAGE Number; c. Taxpayer Identification Number; d. DUNs; e. Socio-Economic Status. Contractor responses to this synopsis and solicitation must be submitted by email to both of the following individuals: Mrs. Whitney Alexander, whitney.a.alexander@us.army.mil, and Mr. Craig Burns, philip.craig.burns@us.army.mil, no later than 4:00 PM CST 30 Nov 2009, as determined by the email date/time stamp contained on the contractors email message received by the Government. Telephone inquires involving this matter may be made to Mrs. Whitney Alexander, 256-876-1232. 3.13. The provision at 52.212-2, Evaluation-Commercial Items, will be used to evaluate offerors for awarding BPAs. The Government intends to award BPAs resulting from this solicitation to offerors responding to the requirements of this synopsis and solicitation and, more specifically paragraph 3.12, above. It is the intent of the Government to establish BPAs with contractors meeting the requirements of this synopsis and solicitation. 3.14. Offerors must include a completed copy of the following provisions with its offer: 52.212-3, Offeror Representations and Certifications-Commercial Items; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.225-7000, Buy American Act, Balance of Payments Program Certificate; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. 3.15. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 3.16. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition: 52.233-1, Disputes, 52.233-4, Applicable Law for Breach of Contract Claim, 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52-219-14, Limitations on Subcontracting, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52-222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees, 52.225-13, Restrictions on Certain foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.232-36, Payment by Third Party. The clause at 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition: 52.203-3, Gratuities, 252.205-7000, Provision of Information to Cooperative Agreement Holders, 252.225 -7001, Buy American Act and Balance of Payments Program, 252.225-7002, Qualifying Country Sources as Subcontractors, 252.225-7008, Restriction on Acquisition of Specialty Metals, 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals, 252.225-7010, Commercial Derivative Military Article Specialty Metals Compliance Certificate, 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7015, Restriction of Acquisition of Hand or Measuring Tools, 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, 252.225-7020, Trade Agreement Certificates, 252.225-7021, Trade Agreements, 252.227-7015, Technical Data Commercial Items, 252.227-7037, Validation of Restrictive Markings on Technical Data, 252.232-7003, Electronic Submission of Payment Requests, 252.243-7001, Pricing of Contract Modifications, 252.243-7002, Requests for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea, The following clauses will also apply: 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card, 252.211-7003, Item Identification and Valuation, 252.232-7010, Levies on Contract Payments. In accordance with Section 508, the AMCOM CONTRACTING CENTER requires that all Electronic Information Technology (EIT), as that term is defined at FAR 2.101, delivered under the contract comply with the applicable EIT accessibility standards issued by the Architectural and Transportation Barriers Compliance Board set forth at 36 CFR Part 1194. 3.17. This solicitation shall not be construed as a commitment of any kind to place subsequent Call Orders following the establishment of BPA with any contractor. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. 3.18. Contractors currently providing technical and programmatic support services to the JTC/SIL are considered to have an inherent conflict of interest in providing sound and unbiased recommendations of possible materiel acquisition solutions to address technical issues being addressed by the JTC/SIL and then subsequently competing for the opportunity to provide this materiel, particularly in a performance specification environment. For this reason, prime contractors and their subcontractors currently providing technical and programmatic support services to the JTC/SIL under the following contracts are prohibited from submitting BPA proposals in response to this synopsis and solicitation: W31P4Q-05-C-R201, W31P4Q-05-A-0024, Task Order 0009, W31P4Q-05-A-0019, Task Order 0019, W31P4Q-05-A-0031, Task Order 0008. Requests for the establishment of BPAs from these contractors will not be processed. Submission of BPA proposals by these firms will be considered non-responsive to this synopsis and solicitation. 3.19. Any contractor that obtains a BPA through this synopsis and solicitation may request authorization to order from General Supply Schedule contracts from the Contracting Officer. 3.20. Performance of this effort is UNCLASSIFIED. Contractor personnel without security clearances will require escorted access to the JTC/SIL in BLDG 6263, Redstone Arsenal, AL or an annex in order to meet with Government personnel concerning JTC/SIL IT equipment acquisitions and to deliver or pick up IT equipment. The Point of Contact for this solicitation is Mrs. Whitney Alexander, (256) 876-1232, e-mail whitney.a.alexander@us.army.mil. Contractor responses to this synopsis and solicitation must be submitted by email to both of the following individuals: Mrs. Whitney Alexander, whitney.a.alexander@us.army.mil, and Mr. Craig Burns, philip.craig.burns@us.army.mil. The closing date and time is 4:00 PM CST 11 Nov 2009. This solicitation shall not be construed as a commitment of any kind. Reference Note 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1650a83638248b04535b900603ea0410)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) Joint Technology Center/System Integration Laboratory ATTN: RDMR-TMU, Building 6263, Rm 2111 Redstone Arsenal AL Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02001824-W 20091112/091110235807-1650a83638248b04535b900603ea0410 (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.