Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

D -- HiPath 4000 Command Post Upgrade - Attachments

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-10-Q-A073
 
Point of Contact
Jacqueline M McGlone, Phone: (618) 256-9826, Kristy J Daugherty, Phone: 618.256.9959
 
E-Mail Address
Jacqueline.McGlone@scott.af.mil, kristy.daugherty@scott.af.mil
(Jacqueline.McGlone@scott.af.mil, kristy.daugherty@scott.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Atch 3 - RFQ Info Sheet Atch 2 - Base POCs Atch 1 - PWS This is a combined synopsis/solicitation for 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 solicitation; quotes are being requested and a written solicitation will not be issued. There is no business size restriction for this solicitation. The North American Industry Classification System (NAICS) for this acquisition is 517110 with a Small Business Size Standard of 1500 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-10-Q-A073. It is the intent of the HQ AMC Specialized Contracting Branch to award a firm fixed priced optional CLIN purchase order to one contractor to upgrade existing Siemens HiPath 4000 V2 switches to the latest Joint Interoperability Test Command (JITC) certified software version (V5) at nine (9) CONUS AMC Air Force bases. The system will provide a JITC certified system with touch screen capability to support Operational Command Centers. The nine (9) bases also require the replacement of existing auxiliary equipment which must be installed at the time of the software upgrade. The contractor must furnish, install, and test the replacement equipment with appropriate vendor pass through licenses. A list of the nine (9) bases and the points of contact can be found in Attachment 2. A list of each base's equipment requirement can be found in Appendix 1 of the PWS. The upgrades must be completed at each base in the following order: 1.) Grand Forks AFB, ND; 2.) McConnell AFB, KS; 3.) Dover AFB, DE; 4.) MacDill AFB, FL; 5.) Charleston AFB, SC; 6.) McChord AFB, WA; 7.) McGuire AFB, NJ; 8.) Travis AFB, CA; 9.) Pope AFB, NC. The contractor shall also provide refresher training on site at the time of the software upgrade for all components. A Site Survey may be conducted at the request of the contractor if needed. A minimum one week prior notification to the HQ AMC A6OI POC to perform a site survey is required. All requirements identified, clarified, amended or deleted at the Site Survey will be officially documented in a clarification document released via a solicitation amendment after the Site Survey. Any questions that are not satisfactorily addressed and answered during the Site Survey shall be submitted in writing via e-mail to the HQ AMC A6OI POC Mr. Christopher Murray: Christopher.murray.ctr@scott.af.mil. A phone survey is also acceptable if needed and the offeror should contact Mr. Christopher Murray at (618) 229-5575. This requirement will be offered to the contractor with the lowest total priced technically acceptable quote meeting the stated requirements for all line items, under Federal Acquisition Regulation (FAR) Part 12. A response to this request shall consist of completion of Attachment 3, Request for Quote FA4452-10-Q-A073 Information Sheet and item description. Cost/price quote shall include all travel costs and a 2 year warranty period on all equipment and software upgrades. Information shall be provided in a format that reflects the item's descriptive literature and quoted rate. Each base should be priced separately to allow for additional executions of bases as funding becomes available (possible multi-year contract). The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Quotes are to be submitted via email to Jackie McGlone at Jacqueline.McGlone@scott.af.mil. The period of performance will begin 13 September 2010. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their quote a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency, Preparedness, and Energy Program Use applies to this acquisition. The clause at FAR 52.219-8, Utilization of Small Business Concerns, applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.214-21, Descriptive Literature; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101 Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings. (c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The clause at FAR 52.211-15 Defense Priority and Allocation Requirements applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. Quotes and any questions regarding this RFQ must be submitted by E-mail to Jackie McGlone, Jacqueline.McGlone@scott.af.mil no later than 08 September 2010, 1:00 p.m. central daylight time (CDT). Your E-mail submission must be checked and determined to be "virus-free" prior to submission. To view the clauses in full text, visit www.acqnet.gov/far or farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-10-Q-A073/listing.html)
 
Place of Performance
Address: 9 different CONUS Air Force bases. See Attachment 2 - Base POCs., United States
 
Record
SN02264400-W 20100903/100901235908-4cff6800374d7bbb549a0dcdff7dac7a (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.