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 -- Replacement E-911 / Addition of Reverse 911

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3SC0155AC05
 
Point of Contact
John Lynch, Phone: 302-677-5226, Kazzandra Dexter, Phone: 302-677-5042
 
E-Mail Address
john.lynch.16@us.af.mil, kazzandra.dexter@dover.af.mil
(john.lynch.16@us.af.mil, kazzandra.dexter@dover.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-018. North American Industry Classification System Code (NAICS) 334290 size standard 750 employees. Reference number F1Q3SC0155AC05 is issued as a request for quotation (RFQ). IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3, Offeror Representations and Certification -- Commercial Items at Website http://www.bpn.gov/orca. Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Contract Award: Contract Award will be determined based on lowest price technically acceptable, delivery, and what is determined to be in the best value to the government. Description of requirement: CLIN Item Description Quantity Unit 0001-AA This purchase includes a system refresh, standard 1 EA maintenance contract, and a reverse 911 system, which provides call out services for mass notification in emergenct situations. This portion is for the Base Communicator! NXT Software License which allows us access to the Base 911 system. 0002-AA 24 PORT communicator! NXT Software License 1 EA "or equal item." 0003-AA The GCW ONSITE Mapping Module - allowing 5 1 EA concurrent users to access the system simultaneously "or equal item." 0004-AA HP RxT/NXT/SQL/TalkerCard/Support and Web 1 EA Server allows receiving and transmission of 911 information over the internet. 0005-AA Project Management for installation of the system. 1 EA 0006-AA Installation of 911 system 1 EA 0007-AA On-site training. 1 EA SET-ASIDE: No set aside will be used in this procurement. The following clauses and provisions apply to this solicitation: FAR 52.203-3, Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate 1 FAR 52.203-12, Limitations to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors FAR 52.212-2, Evaluation - Commercial Items. The following factors shall be used to evaluate quotes (1) Contractor ability to perform repair and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation that provides the best value to the Government. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items - The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity 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 Eram and Other Eligible Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items (Deviation), DFARS 252.225-7035, Buy American Act-Free Trade Agreements--Balance of Payments Program Certificate As prescribed in 225.1101(10), use the following provision: BUY AMERICAN ACT--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEC 2009) (a) Definitions. "Bahrainian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "foreign end product," "Moroccan end product," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American Act--Free Trade Agreements--Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) For line items subject to Free Trade Agreements, will evaluate offers of qualifying country end products or Free Trade Agreement country end products other than Bahrainian end products or Moroccan end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act-Free Trade Agreements-Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except the end products listed in paragraph (c)(2) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror shall identify all end products that are not domestic end products. (i) The offeror certifies that the following supplies are qualifying country (except Australian or Canadian) end products: (Line Item Number) (Country of Origin) (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products other than Bahrainian end products or Moroccan end products: (Line Item Number) (Country of Origin) (iii) The following supplies are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": (Line Item Number) (Country of Origin (If known)) (End of provision) DFARS 252.225-7036, Buy American Act- Free Trade Agreements-Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests, and AFFARS 5352.201.9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil.] Concerns, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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 (703) 588-7004, fax (703) 588-1067. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Use of the basic system is at NO COST is at no cost to the contractor and training is available at http://www.wawftraining.com. Written quotes must be received no later than 10 September 2010 at 2:00 pm EST. Prefer quotes to be e-mailed to john.lynch.16@us.af.mil alternately, fax quotes to (302) 677-2309. If you have questions, please contact John Lynch via email or telephone (302) 677-5226. Alternately, you may contact Kazzandra Dexter at (302) 677-5042.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3SC0155AC05/listing.html)
 
Record
SN02271703-W 20100909/100908064105-d40d610b6716b91f0b707484a010008a (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.