Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
MODIFICATION

58 -- Vehicle Mounted Mobile Satellite System with a Very Small Aperture Terminal (VSAT)

Notice Date
8/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2R3C51199A001
 
Archive Date
9/7/2011
 
Point of Contact
Shyloe A. Werner, Phone: 8302984965, Robert M. Garcia, Phone: 8302984862
 
E-Mail Address
shyloe.werner@laughlin.af.mil, robert.garcia@laughlin.af.mil
(shyloe.werner@laughlin.af.mil, robert.garcia@laughlin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) 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. Solicitation number F2R3C51199A001 is hereby issued as a Request for proposal (RFP) using the Simplified Acquisition Procedures in FAR Subpart 13.1. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System Code 334220 with a small business size standard of 750 employees. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 04 Aug 2011 and Class Deviation 2005-O0005 and the Defense Federal Acquisition (DFARS) Change Notice 20110725. CLIN 0001: One (1) vehicle mounted mobile satellite system with a very small aperture terminal (VSAT) equipt with hardware necessary to provide reach-back capability to Laughlin's unclassified network via virtual private network (VPN). The system will be mounted on the top of a 2010 Chevy Silverado with fiberglass bed enclosure/camper shell. Satellite dish AVL 1000K - 1 meter dish, that must be able to be mounted on top of fiberglass camper shell via rack mounting system or suitable apparatus; with capability for auto-acquisitioning of selected satellites, including peaking and optimization of cross polarization, internal movement detector and automatic stow with hand held controller. Must also be iDirect compatible. Block Up Converter- Output power: 6 watts; RF frequency: 14.0-14.5 GHz, IF Frequency: 950-1450 MHz 1000 Watt Inverter - Pure Sine Wave Inverter; Low Noise Amplifier - KU band and iDirect compatible must be phase lock loop (PLL); Input frequency 11.70 - 12.20 GHz; Output Frequency: 950-1450 MHz Terminal must be compliant with FCC part 25 requirements for KU band non-portable earth terminals; Satellite Modem: iDirect 3100 modem series or better must meet military security requirements with embedded AES encryption and TRANSEC with advanced FIPS 140-2 certification, X.509 digital certificate encryption and automatic over the air key exchange; Router: - 16 port 10/100 Ethernet JTIC certified VPN Router; Router/Modem Casing: Router should be housed in flyaway rack mounted ruggedized case, with front and rear panel opening allow for quick access and mobility. To include installation on Laughlin AFB. QTY: 1 LOT Delivery: Provide FOB Destination pricing It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.204-7, Central Contractor Registration; The provisions at FAR 52.212-1, Instructions to the Offerors - Commercial Items and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: Award will be made to the lowest price technically acceptable and offeror can be determined to be responsible; FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (Offeror must complete the representations and certifications and submit with offer). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and any addenda to the provision as listed in this notice; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation. NAICS Code 334220 assigned to F2R3C51199A00; 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 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52-233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 247-34, F.O.B. Destination; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.211-7003, Item identification and Valuation; DFARS 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.247-7023 Alt 3, Transportation of Supplies by Sea; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.242-9000, Contractor Access to Air Force Installations; The following clauses are incorporated and amended as follows: FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil.; FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil); FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation" Chapter 1 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 1; AFFARS 5352.201-9101, Ombudsman (Mr. David E. Jones, HQ, AETC/A7K, 2035 First Street West, Randolph AFB TX 78150-4304, commercial 210-652-7907, FAX 210-652-8344, david.jones9@randolph.af.mil.) Addendum to FAR 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS Reference FAR 52.212-1, Paragraph (b)(8) is hereby tailored as follows: SUBMISSION OF COMPLETE PROPOSALS: All proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Failure to furnish a complete proposal, at the time of proposal submission, may result in the proposal being unacceptable to the Government and elimination from consideration for award. A complete proposal consists of the following: • Clause 52.212-3 Alt I • Clause 52.219-28 • Clause 52.222-22 • Clause 52.222-25 • Clause 52.212-7000 • Attachment 1 - Background Security Check Form Addendum to FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) Reference FAR 52.212-2, Paragraph (b) is hereby tailored as follows: (b) Options. Not Applicable Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. AETC Smoking Policy: Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 10-42, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the Commander to control smoking in our facilities. Contractor employees are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. In Accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. No telephonic responses will be processed. All responses must be received no later than 4:00P.M,Central Standard Time on 23 Aug 2011. Please send quotes to Ms. Shyloe A. Werner by fax at(830) 298-4178 or by e-mail shyloe.werner@laughlin.af.mil. If you have any questions please call (830) 298-4965 or send an e-mail to the above address. You may also contact the alternate POC, SSgt Robert Garcia, at (830) 298-4862, or by e-mail robert.garcia@laughlin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R3C51199A001/listing.html)
 
Place of Performance
Address: 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN02522844-W 20110806/110804235925-90396c229e5b287a2d350bea96001d19 (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.