Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

71 -- New Hampshire National Guard Joint Operations Center

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-10-T-0019
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Scot Yeanish, 603-227-1510
 
E-Mail Address
USPFO for New Hampshire
(scot.yeanish@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 solicitation number is W912TF-10-T-0019 and is issued as a request for proposal, unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500 employees. This requirement is a Total Small Business Administration set-aside and only qualified offerors may submit proposals. This requirement will utilize Simplified Acquisition procedures in FAR Part 13. FOB Destination shall be Concord, NH 03301. The New Hampshire Army National Guard has a requirement to design, deliver, and install a mission critical Joint Operations Center (JOC). Design must facilitate complex interaction between staff and operations technology in a 24/7/365 environment. JOC design shall be able to meet or exceed the functionality requirements for all JOC applications. Design shall facilitate the ability to locate all required staff members during a large scale emergency response with the additional capability to robust efficiently from a small scale to a large scale response. Successful completion of the project will provide the users the ability to properly interact with mission required technology. The JOC design will provide a properly designed ergonomic work environment for the users. All cable and hardware will be managed properly and enclosed within the workstations or facility walls as necessary. The properly designed consoles will provide a product that improves user efficiency and ergonomics reducing physical stress of repetitive motions, offering proper sight lines to technology, and observe proper reach distances. The JOC design shall be designed specifically for mission critical operations. The steel and aluminum structure of the design provides the durability required for a 24/7/365, high intensive operation. The design shall have maximum flexibility and address a unique range of mission specific features. Site Visit will be on Friday August 13th, 2010 at 8:00 AM at the State Military Reservation in Concord, NH 03301. Site visit is mandatory and names of contractors attending need to be emailed to scot.yeanish@us.army.mil by Wednesday August 11th, 2010 at 2:00PM Eastern Standard Time. An email will go out to all attendees for the exact location we are going to meet. EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose proposal is most advantageous to the Government based on price, past performance, and the ability of the equipment to work seamlessly without modification with existing Government owned equipment. All offerors shall provide at least three references, to include a point of contact and phone number for the offerors customers that have received supplies and services of similar scope and price and which has been completed no greater than three years. The Government may reject any or all proposals, issue orders to other than the lowest proposal, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all offerors. Note: The Government intends to evaluate proposals and make an award without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government reserves the right to reject any or all proposals at any time prior to award; negotiate with any or all offerors; award a contract to other than the offeror submitting the highest technically rated; and award contracts to offerors submitting a proposal determined by the Government to be the most advantageous (best value) to the Government in accordance with the factors stated above. Note: The government intends on awarding to a single offeror. Note: Offer required acceptance period is 30 days. Award may be delayed a maximum of 60 days after receipt of proposals with no additional cost to the Government. Availability of funds (FAR Part 52.232-18)(Apr 1984) Funds are not presently available for this procurement. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number 52.212-1 Instruction to Offerors - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.232-18 Availability Of Funds 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6, 52.217-5, 52.219-6, 52.2l9-8, 52.219-14, 52.222-19, 52.222-20, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-29, 52.232-33. 52.252-02 Clauses Incorporated By Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil QUESTIONS AND ANSWERS: All questions and answers must be in writing. Email all questions to scot.yeanish@us.army.mil and carol.domingue@us.army.mil. Questions must be received NLT 3 workdays prior to closing. Answers will be provided with questions, on a non-attribution basis to all and posted on Federal Business Opportunities PROPOSAL DUE DATE: All offers are due by Thursday September 7th, 2010 at 10:00AM. Email proposals will be accepted (scot.yeanish@us.army.mil and carol.domingue@us.army.mil). Facsimile proposals will not be accepted. Mail proposals will be accepted, mailing address: 157ARW Contracting Office ATTN: Scot Yeanish 302 Newmarket Street Newington, NH 03801
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF-10-T-0019/listing.html)
 
Place of Performance
Address: State Military Reservation, Building 1, Joint Operations Center 1 Minutemen Way, Concord NH
Zip Code: 03301-5652
 
Record
SN02232164-W 20100808/100806235609-1d32d22b2691d6aaba94bfcc5d912fe9 (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.