Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

59 -- This requirement is for a vehicular-based modular, portable standard +12VDC powered CDMA, GSM, UMTS and iDEN interrogation, tracking and locating, and signal interrogation system.

Notice Date
6/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
ACC-APG SCRT - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-11-R-0048
 
Response Due
6/17/2011
 
Archive Date
8/16/2011
 
Point of Contact
Sharon Barker, 410-306-2179
 
E-Mail Address
ACC-APG SCRT - Aberdeen
(sharon.barker@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 combined synopsis/solicitation number is W91CRB-11-R-0048. This requirement is for a vehicular-based modular, portable standard +12VDC powered CDMA, GSM, UMTS and iDEN interrogation, tracking and locating, and signal interrogation system. Three systems are required: System 1 will provide a multi-transmit and receiver platform, System 2 will provide a single channel platform and System 3 will provide a very compact transceiver platform. Specific information regarding each system is provided in W91CRB-11-R-0048 - Attachment 1. The Government intends to award a Firm Fixed Price (FFP) type contract resulting from this solicitation to the most responsible offeror whose offer conforming to the solicitation will be best overall value to the Government. The evaluation factors are: technical capability, sustainment capability, past performance and cost, with technical capability, sustainment capability and past performance being equal and each is considered substantially more important than cost. While cost is not expected to be the controlling factor in the selection of a contractor for this RFQ, the degree or importance of cost as a factor could be greater depending upon the equality of the proposals for other factors evaluated; e.g. where competing proposals are determined to be substantially equal, total cost and other cost factors would become the controlling factor. Contractors are requested to provide FOB Destination pricing for the aforementioned quantities, to include your best delivery schedule. Delivery will be made to Arlington, VA. Desired delivery date for all items is within 60 days; however, offerors are encouraged to propose alternate delivery schedules if the 60 day complete delivery cannot be met. The following provisions apply to this acquisition: 52.212-1 and 52.212-2. Responses to this RFQ must include : (1) company name, address, city/state/zip code, telephone number, e-mail address, company web site (if applicable); and name, title/position and telephone number of the individual point of contact; (2) commercial and technical literature on the product you believe will satisfy the Government's requirement or an internet address where that data is available; (3) Previous experience with this system, particularly sales to Government agencies; (4) per unit cost which includes FOB Destination shipping to Arlington, VA and a one (1) year of maintenance support. If the desired delivery schedule cannot be met offeror's proposed production will be evaluated as an advantage or disadvantage in the technical evaluation. Pricing data must include the cost of the system and all required GSA discount (s), if available, and any and all additional discounts you propose to provide. Open Market items not on an offeror's Federal Supply Schedule may be included in proposals, however, they must be clearly identified as Open Market Items, defined as to content and purpose and cost in accordance with FAR 8.402 (f) entitled "Federal Supply Schedules". Offerors shall, in the event the item being quoted is from a Federal GSA/VA Schedule, furnish the following information with your quotation: GSA/VA Contract Number, expiration date of contract, minimum/maximum order limitation, additional offered discounts, Contractor and Government Entity Code (CAGE), Data Universal Numbering System (DUNS) Number and Tax Identification Number (TIN). VENDORS MUST PROVIDE ALL REQUESTED INFORMATION AND COMPLETE ALL CLAUSES OR THEIR QUOTATION MAY BE RENDERED NOT ACCEPTABLE. Proposal should be no more than 20 pages in total length. An award will be made to the source that is responsible, whose offer conforms to the requirement and that represents the best overall value to the Government with appropriate consideration given to the four (4) evaluation factors. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers and may be accessed online at http://orca.bpn.gov. A completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The following additional FAR and DFAR clauses apply to this acquisition: 52,204-7, 52.212-4, 52.212-5, 52.211-17, 52.246-1, 52.246-2, 52.247-34, 52.252-2, 252.212-7001, 252.204-7000, 252.204-7004, 252.211-7003 and 252.246-7000. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by June 17, 2011, no later than 4:00 PM EST at the US Army Contracting Command, APG Contracting Center, ATTN: CCRD-AP-BC (Sharon Barker), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. ***NOTE: E-mail or fax submissions are acceptable/ preferred; however, do not send.zip files, as they will be automatically deleted by our e-mail server. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Sharon Barker, Contract Specialist, phone 410-306-2179, fax 410-306-3828 or email sharon.barker@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2da5fc8dc4057930b07ee531cb0cbff1)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen ATTN: CCRD-AP-BC, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02472010-W 20110616/110614234700-2da5fc8dc4057930b07ee531cb0cbff1 (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.