Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

70 -- INVENTORY MANAGEMENT SYSTEM SOFTWARE AND INSTALLATION

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0483
 
Response Due
9/16/2010
 
Archive Date
10/13/2010
 
Point of Contact
Charles (Fletch) Fletcher II 619-532-2658
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 5045, Federal Supply Class 7035 and NAICS 443120. This is an All or None, Brand Name or Equal offer. The agency need of the following requirements: Part/Catalog NumberDescriptionQuantityUIUnit PriceExtended Price TTR-201MTOOL TRACKER KIT MOBILE1EA RIT-105REDBEAM INVENTORY TRACKING1EA RB-SERVICEREDBEAM INSTALLATION2EA RB-SERVICE-WBREDBEAM WEB TRAINING2EA SV1OCSONY VAIO LAPTOP5EA DPE50QDELL POWER EDGE WIN SERVER1EA 06050OKIDATA 06050 DESKTOP1EA PM4IINTERMEC TTR BARCODE PRINTER2EA GSA4A-002CAHANDHELD BARCODE TERMINAL5EA PIV-X300CAC CARD READER5EA MEP01PROJECT MANAGEMENT SERVICE1EA MET01TRAVEL EXPENSES1EA SUP002CABLES AND MEDIA SUPPLIES1EA ADBE9ADOBE ACROBAT1EA EASW100SOLID WORK STANDARD LIC1EA CAD0100CADENCE1EA MF10567MOBILE FRAME1EA MF-LICMOBILE FRAME USER LIC FEE5EA MF-SUPMOBILE FRAME PREPAID TECH10EA TOTAL 9/8/2010 STATEMENT OF WORK 1.0GENERAL Explosive Ordnance Disposal Training and Evaluation Unit ONE (EODTEU ONE) is requesting work for a Training Aid (TA) Production, Inert Ordnance (10) and EOD Robot Inventory Management System. 2.0SCOPE OF WORK 2.1 Mobile Computer for each of five (5) production and inventory management locations. Each mobile computer is to serve as a data-collection point for the production and inventory management system. The purpose of the mobile computer is to provide flexibility to the production and inventory personnel while performing their tasks at a variety of local and remote production and inventory facilities within the US Navy's Pacific Regional Area of Responsibility (AOR). Each of five (5) production and inventory management locations one mobile computer capable of meeting DoD AIT layered support and security standards is required. Each mobile computer will provide data collection processes involved with manufacturing, fabrication, inventory management, shipping, receiving, issue & return of products with a complete set of accessories, application tools and peripherals. At a minimum, each mobile computer shall provide: 1) a flexible array of communications hardware and software providing a link to the host server via Ethernet USB connections and wireless (W ANILANIP AN) configurations; 2) battery-charginglUSBlEthernet docking station; 3) magnetic stripe reader (DoD Common Access Card/credit card type); 4) 12 channel integrated GPS; 5) 1P64 seal rating and 1.8m drop spec; 6) omni-directional scanning and decode of barcode (lD, 2D, composite, postal code); 7) RFID reader/decoder; 8) signature capture; 9) 2.0 megapixel color camera with LED flash; 10) alpha-numeric backlit keypad; 11) TFJ'-LCD touch screen display; 12) additional extended-life battery; 13) Microsoft Windows Mobile 6.1 OS and Internet Explorer software (most current version); 14) centralized hardware/software support via server; 15) security and encryption features; 16) five to ten (5-10) year supportable platform lifecycle and maintenance support package; and 17) periodic system and software updates. 2.2 Network server/computer configuration and production/inventory software suite. The network server/computer will perform as a platform to house all production and inventory software suites and a data repository, data storage and data query point. This platform will perform as the central connection point for all mobile devices/computers and also provide for report generation and data extraction. Production of EOD training aids includes maintaining stock quantities and accountability of over 20,000 individual line items and manufactured products; requisition, workflow and invoice management; trend analysis; management of research, development and manufacturing process of unique and specific parts, components and systems; engineering/reverse-engineering of specific and non-specific electric, electronic, mechanical, hydraulic and pneumatic systems; and, shipping/receiving, issue/return and check-out/check-in processes for inert ordnance, ordnance manufactured free of explosives, EOD training devices and other Law Enforcement Emergency Responder sensitive items. Provide a network system that provides for a client/server model between each mobile computer, security/access control module and a centralized server. The central server shall be at a minimum configured with a minimum of four (4) each hot-swappable redundant storage drives, a redundant power supply, a RAID drive array, 64-bit compatibility (including software modules) due to the robust SIMMlDIMM memory modules, internal television tuner and DVR recorder, complete network security system in compliance with DoD AIT standards. The server shall be capable of handling multiple requests and communicate searnlessly with all external client computers. The network shall be configured for connectivity via hard-wire Ethernet and wireless applications. The production software suite must provide; at a minimum: 1) 3-D modeling and illustration for designing simple to complex components and systems (i.e., Solid Works); 2) graphical media production capabilities to provide staff and students with electronic and printed presentations, displays, instruction manuals, pamphlets and guide-books (i.e. Adobe Acrobat Suite). The hardware and software architecture of the system will be designed to be extremely flexible and upgradable to include, but not be limited to: no tailgating hardware and software features, later addition of cameras, later addition of time and attendance tracking and the ability to integrate with existing or future security requirements. 3.0POINT OF CONTACT 3.1 The effective date of the contract will be the date of contract award. The successful bidder will have sixty (60) days from the date of award to complete all installations. Questions regarding the Statement of Work should be directed to the contract specialist during the offering period. Contract Specialist: Charles (Fletch) Fletcher II at phone number (619) 532-2658 or e-mail charles.e.fletcher@navy.mil 4.0 SURVEILLANCE OF FIRM-FIXED-PRICED SERVICES 4.1 The official(s) designated below shall be responsible for appropriate surveillance of all services to be performed under this contract. Name:Building Construction & Electrical: John Bobbitt at phone number (816) 524-5142 System Requirements/Trouble Shooting: Chuck DuMars at phone number (619) 524-6649 Activity:EXPLOSIVE ORDNANCE DISPOSAL EXPEDITIONARY SUPPORT UNIT ONE b. When performance is at a Government site, the Contractor's representative shall contact the Government representative named above upon arrival at and departure from the work site. If access to a secured area is required, continuous escort service for contractor's representative will be provided by the designated Government representative. c. It is emphasized that only the Contracting Officer has authority to modify the terms of this contract; therefore in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective or binding on the Government. When or if, in the opinion of the contractor, an effort outside of the existing scope of the contract is requested, the Contractor shall promptly notify the Contracting Officer in writing. No action shall be taken by the contractor under such direction until the Contracting Officer has issued a modification to the contract or has otherwise resolved the issue. NOTE: PHOTOS AND SPECIFICATIONS OF EQUIPMENT MUST BE SUBMITTED WITH OFFER. A DETAIL OUTLINE OF PROJECT MANAGEMENT SERVICES OFFERED. OFFER WILL NOT BE ACCEPTED WITHOUT THE REQUESTED INFORMATION. The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008);FAR 52.211-5 Material Requirements (AUG 2000); FAR 52.211-6 Brand Name or Equal (AUG 1999); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-1 Buy American Act ”Supplies (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); N00244L332 Unit Prices; N00244M282 Award By Full Quantity (AUG 1992) (FISC SAN DIEGO). DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and SUP 525.232-9402, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company ™s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PM (PST), Thursday, 16 September 2010 and will be accepted via Fax (619) 532-1088, Attn: Charles (Fletch) Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0483/listing.html)
 
Place of Performance
Address: 3500 ATTU ROAD, SAN DIEGO, CA
Zip Code: 92155
 
Record
SN02278881-W 20100915/100913235009-019f147e992bfa077a26967d17b8eb4e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.