Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

D -- Interactive Digital Projection System

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0542
 
Response Due
9/17/2010
 
Archive Date
10/2/2010
 
Point of Contact
David C Zareczny 757-443-1431
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ (Request For Quote) is N00189-10-T-0542. The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100820. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed on full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This action is for Brand Name or Equal per FAR 52.211-6, please provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. FISC Norfolk, Contracting Department, Norfolk Office requests responses from qualified sources capable of providing; (1) 1 Group consisting of an Interactive Projection System that comes with 1 Each, Dell Computer, Model No. Optiplex 780, 1 Each, Watec Sensor Camera, Model No. WAT-902H2, 1 Each, X-GENE Wireless Keyboard, Model No. 01027, 1 Each, Aladdin USB Dongle, Model No. HASP HL TIME, 1 Each, Advice PSU, Model No. ADFF1201500WEU-4, 1 Each, Sanyo Projector, Model No. PLCXP100L, 1 Each, Sanyo Projector Lens, Model LNS-W32, and 1 Each, 3.8.0 EYECLICK LTD Software (lifetime). This group also covers Onsite Installation, Training, Programming and Development. This custom Projection Screen will have a viewing area of 96 inches H by 144 inches W. This projection Screen is designed to project onto the floor in the center of the planning tables arrange around the viewing area. This system would project a nautical chart and mapping data onto the floor with the possibility to insert objects such as ships, vehicles or mobile weapons systems onto the map with the ability to move the objects as the scenario plays out. The system will support up to 3 simultaneous interaction s will be possible using a dedicated laser pointer to move objects over the map. Users will have the ability to save data and scenarios to a disk in order to transfer to other computers or briefs. Delivery will be 30 Days ARO or sooner. FOB Point: Destination to zip code 92147. Brand Name Manufacturer is EYECLICK LTD, HATAAS 3, RAMAT GAN 52512 Israel. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.211-6 Brand Name or Equal (AUG 1999); 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009), (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.215-5 Facsimile Proposals (OCT 1997); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (JUL 2010), the following clauses apply and are incorporated by reference: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUL 2010), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2008), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-36 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003), The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009), 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alternate A (SEP 2007) Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ ; 252.211-7003 Item Identification and Valuation (AUG 2008), 252.232-7010 Levies on Contract Payments (DEC 2006), 252.225-7000 Buy American Act Balance Of Payments Program Certificate (DEC 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). The following clauses are incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business, Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010), Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 DoD Implementation of Homeland Security Presidential Directive 12 (HSPD-12) dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties. It is the responsibility of the command/facility where the work is performed to ensure compliance. The requirement to control access to sensitive information applies to all US government IT systems and/or areas where unclassified but sensitive information may be discussed, displayed or maintained. DON policy prescribes that all unclassified data that has not been approved for public release and is stored on mobile computing devises must be treated as sensitive data and encrypted using commercially available encryption technology. Whenever granted access to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations, policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that information. Operational Security (OPSEC) procedures and practices must be implemented by both the contractor and contract employee to protect the product, information, services, operations and missions related to the contract. The contractor shall designate an employee to serve as the Contractor s Security Representative. Within three work days after contract award, the contractor shall provide to the Navy Command s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor s Security Representative. The Contractor s Security Representative shall be the primary point of contact on any security matter. The Contractor s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. Non-Sensitive Positions, Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and, Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureau of Investigation (FBI) fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor s Security Representative must submit for all employees each of the following: SF-85 Questionnaire for Non-Sensitive Positions Two FD-258 Applicant Fingerprint Cards, Original Signed Release Statements. The contractor shall ensure each individual employee has a current favorably completed NACI. The Contractor s Security Representative shall be responsible for initiating reinvestigations as required. Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. Sensitive Positions, Contractor employee whose duties require accessing a DoD unclassified computer/network, working with sensitive unclassified information (either at a Government or contractor facility), or physical access to a DoD facility must be a US citizen and possess a favorable trustworthiness determination prior to installation access. To obtain a favorable trustworthiness determination, each contractor employee must have a favorably completed National Agency Check with Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and law enforcement checks. Each contractor employee applying for a trustworthiness determination is required to complete: SF-85P Questionnaire for Public Trust Positions, Two FD-258 Applicant Fingerprint Cards Original Signed Release Statements, Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. To maintain continuing authorization for an employee to access a DoD unclassified computer/network, and/or have access to sensitive unclassified information, the contractor shall ensure that the individual employee has a current requisite background investigation. The Contractor s Security Representative shall be responsible for initiating reinvestigations as required and ensuring that background investigations remain current (not older than 10 years) throughout the contract performance period. IT Systems Access, When access to IT systems is required for performance of the contractor employee s duties, such employees shall in-process with the Navy Command s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command s Security Manager at least 30 days prior to the individual s start date. Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Security Approval Process, The Contractor s Security Representative shall ensure that each individual employee pending assignment shall accurately complete the required forms for submission to the Navy Command s Security Manager. The Contractor s Security Representative shall screen the investigative questionnaires for completeness and accuracy and for potential suitability/security issues prior to submitting the request to the Navy Command s Security Manager. Forms and fingerprint cards may be obtained from the Navy Command s Security Manager. These required items, shall be forwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individual employee s anticipated date for reporting for duty. The Navy Command s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy Command s Security Manager may render the contract employee ineligible for the assignment. A favorable review of the questionnaire and advance fingerprint results are required as an interim measure prior to the contract employee start date. An unfavorable determination made by the Navy Command s Security Manager is final and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. If contractor employees already possess a current favorably adjudicated investigation, the Navy Command s Security Manager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS). The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee s performance under the contract. The Navy Command s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a position of trust determination. When a favorable determination is not made, contractor employees shall not be permitted to work on this contract effort and if already working on the contract shall be removed immediately. The potential consequences of any requirements under this clause including denial of access for a proposed contractor employee who fails to obtain a favorable trustworthiness determination in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees for working in non-sensitive positions, with sensitive information, and/or on Government IT systems. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/or access to a federally-controlled information system/network and/or access to government information. All quotes shall include the requested item, with its unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by September 17, 2010 at 16:00 (4:00 PM). Offers can be emailed to david.zareczny@navy.mil, faxed to 757-44-1389/1333 Attention: David C Zareczny, Code 230B3, reference RFQ N00189-10-T-0542 on your proposal. NAICS Code 541512, size standard $25.0M. The proposed contract is a brand name or equal and an Unrestricted Action.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0542/listing.html)
 
Record
SN02271096-W 20100909/100908063507-2fdb0833d86c891515650c7cf4c68d99 (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.