Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

D -- Solicitation for Wireless Hands-Free Internal Communications Device (WHICD) System - Combined Synopsis/Solicitation with Attachments

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QF241189A001
 
Point of Contact
Ryan D. Bradley, Phone: 757-225-6403, Rhonda R. Foster, Phone: (757) 764-4961
 
E-Mail Address
ryan.bradley@langley.af.mil, rhonda.foster@langley.af.mil
(ryan.bradley@langley.af.mil, rhonda.foster@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 3 - Past Perfomance Information/Questionnaire (PPI/Q) - Contractor must fill out page 1 and then submit the document to the Government POC of their referenced contract. That Government POC must fill out pages 2-3 and submit to the AMIC. Contractor shall submit a copy of their page 1 to the AMIC as well. All PPI/Q's must be submitted by the proposal due date. ATTACHMENT 2 - Evaluation Method and Criteria ATTACHMENT 1 - Performance Work Statement (PWS) Combined Synopsis/Solicitation - SEE THIS DOCUMENT FOR LIST OF APPLICABLE PROVISIONS AND CLAUSES This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for proposal (RFP) and will be a 100% Small Business Set-Aside. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular FAC 05-53 Effective August 4, 2011. The government requires the following items: The government is seeking proposals to design, engineer, furnish, deliver, install and test a 250-user wireless and hands-free internal communication device (WHICD) system, ensure it is fully operating and free of engineering, installation, system operation and Original Equipment Manufacturing (OEM) defects. This system needs to provide a "turnkey" installation with integration into the existing telephony and GE-Telligence Nurse Call System. All responsible sources offering this type of equipment and services may submit a proposal which will be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 334220. Description of the specific equipment and services to be provided can be found in the Performance Work Statement (PWS) at Attachment 1. 1. DESCRIPTION: See Attachment 1: WHICD Performance Work Statement (PWS) --------------------------------------------------------------------------------------------------------------------------------- 2. SHIPPING INFORMATION: See PWS Attachment for place of delivery/performance. This contract will be administered by: ACC AMIC/PKA 11817 Canon Blvd Ste. 306 Newport News, VA 23606 Phone: 757-225-6521 Fax: 757-225-6455 NOTE: All potential offerors must meet all items listed in the above PWS. NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 3. DELIVERY: Within 30 days of Award FOB Destination Prices must be submitted based on FOB Destination CONUS (Continental U.S.), which means the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual acceptance at the specified destination. 4. EVALUATION: Award will be made on the basis of the lowest priced, technically acceptable proposals. See Attachment 2 - Evaluation Method and Criteria for the specifics of how these proposals will be evaluated. See Attachment 3 - Past Performance Information/Questionnaire (PPI/Q): NOTE: Section 1 must be filled out by contractor, and then submitted to the Government Agency point of contact (POC) for whom the contractor performed the work. That Government POC must then submit their completed portion of the Questionnaire to: Mr. Ryan Bradley at ryan.bradley@langley.af.mil AND Ms. Rhonda R. Foster at rhonda.foster@langley.af.mil. The contractor shall also submit their portion of the PPI along with their proposal, so that the source selection team can look up the referenced contract in CPARS. Delivery must be in full by the required delivery date (see PWS Attachment for specific line item delivery dates). The Government may make multiple awards in order to obtain the best overall value for the Government. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. 5. APPLICABLE PROVISIONS/CLAUSES: **See "Combined Synopsis/Solicitation" Attachment for all applicable provisions and clauses** Additional Information: Offerors are required to quote on all line items. Incomplete proposals will not be evaluated for consideration of award. Attachment 3 - Past Performance Information/Questionnaire (PPI/Q) - Contractor must fill out page 1 and then submit the document to the Government POC of their referenced contract. That Government POC must fill out pages 2-3 and submit to the AMIC. Contractor shall submit a copy of their page 1 to the AMIC as well. All PPI/Q's must be submitted by the proposal due date. Award will be made on a "lowest price technically acceptable" basis (see Attachment 2). All questions and concerns shall be directed to both Mr. Ryan Bradley, (757) 225-6403/ryan.bradley@langley.af.mil, and Ms. Rhonda R. Foster (757)764-4961 Rhonda.foster@langley.af.mil, and shall be addressed during the solicitation period. All questions regarding this soliciation must be submitted by 13 September 2011. All questions and answers will be posted to FedBizOpps by 14 September 2011. THE DEADLINE FOR ALL PROPOSALS TO BE SUBMITTED IS 16 September 2011 by 1400 EST. Please submit all proposals to Mr. Ryan Bradley with a copy to Ms. Rhonda Foster at the above e-mail addresses. Deviations to the specifications will not be considered after the closing date. ATTACHMENTS: Attachment 1 - PWS Attachment 2 - Evaluation Method and Criteria Attachment 3 - Past Performance Information/Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF241189A001/listing.html)
 
Place of Performance
Address: Mike O’Callaghan Federal Hospital (99th Medical Group), 4700 Las Vegas Blvd North, Nellis AFB, Nevada, 89191-6601, United States
Zip Code: 89191-6601
 
Record
SN02570601-W 20110911/110910001036-3de0b685cf514fefe0bd41b16b0d58f3 (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.