Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

70 -- Upgrade to MC Nitris DX from MC Adrenaline

Notice Date
9/12/2011
 
Notice Type
Presolicitation
 
Contracting Office
5330 Valdez Circle, MS#1, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB-1222-D701
 
Response Due
9/15/2011
 
Archive Date
3/13/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number W909NB-1222-D701. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 294722. GSA Schedule & Open Market: Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway, UT 84022 The U.S. Army ACC MICC Dugway Proving Ground requires the following items, Meet or Exceed, to the following: LI 001, 0001Upgrade MC Adrenaline to MC Nitris DX with 1 year support.Part Number 7560-30025-01 (Avid part number; OEM = Avid)Description: Upgrade MC Adrenaline to MC Nitris DX with 1 year of priority support. Includes MC Nitris DX hardware and software. (CPU not included). Existing MC System ID# 4016431368. Anticipates return of Adrenaline box (0020-03392075)FOB: Destination(Open market item), 1, EA; LI 002, 0002AES-EBU Snake Line Audio CablePart Number 7070-03150-01 (Avid part number; OEM = Avid)Description: AES-EBU Snake Line Audio CableFOB: Destination(GSA Schedule GS-35F-0638J item), 1, EA; LI 003, 0003HP Z400 Single Six Core, 3.33 GHz, 6GB, Windows 7 64-Bit, NVIDIA Quadro 2000Part Number 7090-30036-01 (Avid part number; OEM = Hewlet-Packard)Description: HP Z400 Single Six Core, 3.33 GHz, 6GB, Windows 7 64-Bit, NVIDIA Quadro 2000FOB: Destination (GSA Schedule GS-35F-0638J item), 1, EA; LI 004, 0004 Custom PC KeyboardPart Number 0010-06389-0100 (Avid part number; OEM = Avid)FOB: Destination (GSA Schedule GS-35F-0638J item), 1, EA; LI 005, 0005Keyspan USB-DB9 Serial Converter Part Number 7080-20013-01 (Avid part number; OEM = Keyspan)Description: Keyspan USB-DB9 Serial Converter (required for deck control with HP Z400)FOB: Destination(Open market item), 1, EA; LI 006, 0006 Service, System CommissioningPart Number 0530-03093-01 (Avid part number; Avid service)Description: Service, System Commissioning (includes travel expenses)FOB: Destination(Open market item), 1, EA; LI 007, 0007 Xtore StudioRAID 5Te 5-Drives, 5TBPart Number 7010-30312-01 (Avid part number; OEM = Xtore)FOB: Destination(GSA Schedule GS-35F-0638J item), 1, EA; LI 008, 0008 Kt, 1TB Spare Drive for Xtore 5TePart Number 7010-30290-01 (Avid part number; OEM = Xtore)FOB: Destination(GSA Schedule GS-35F-0638J item), 1, EA; LI 009, 0009 Avid Priority Support, StudioRAID 5TePart Number: 0540-30126-02 (Avid part number; Avid service)FOB: Destination(GSA Schedule GS-35F-0638J item), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Dugway Proving Ground intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Dugway Proving Ground is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: During performance of work on the installation, the Contractor shall conform to all safety rules and requirements issued by the Dugway Safety Office. The Contractor shall take all reasonable steps and precautions to prevent accidents, and preserve and protect personnel and property. Any violations of established safety and accident prevention rules and regulations may be grounds for termination of this contract. Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks.Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground.Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor?s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. (a)In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of a Class I ozone-depleting substance (ODS) identified in Section 602(a) of the Clean Air Act (42 U.S.C. 767a(a)), or that can be met only through the use of such a substance unless such use has been approved, on an individual basis, by a senior acquisition official who determines that there is no suitable substitute available.(b)To comply with this statute, the Government has conducted a best efforts screening of the specifications and standards associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review, they are identified in Section C or the statement of work of this document.(c)If offerors possess any special knowledge about any other ODS required directly or indirectly at any level of contract performance, the U.S. Army would appreciated if such information was surfaced to the Contracting Officer for appropriate action. To preclude delay to the procurement, offerors should provide any information as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation on offerors to comply with this request and that no compensation can be provided for doing so. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. (a)All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor?s company name and employee?s name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company?s discretion. No other items may be placed on the badge.b)Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by ?contractor employee(s)? to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officer?s Representative.(c)Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars.(d)All Contractor correspondence (written, facsimile, and email display) shall include their company name. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractor?s shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer?s Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued.The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. The selected Offeror must comply with the following commercial item terms and conditions. 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes adminstered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The selected Offeror must comply with the following commercial item terms and conditions. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items; 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests and 252-247-7023, ALT III, Transportation of Supplies by Sea FAR 52.223-5FAR 52.228-5 Questions concerning this buy must be submitted at least "2" days prior to the established closing dated to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. The following insurance is required as a minimum; (a)Legally Required Insurance: Where certain laws apply such as State laws governing workman?s compensation and employer?s liability coverage, etc., the contractor, prior to commencement of work, shall furnish the Contracting Officer a written statement that such laws have been complied with and that compliance will continue throughout the period of contract performance. Minimum coverage of $100,000 is required. (b)Comprehensive General Liability & Automobile Liability: Each Person PerPropertyOccurrenceDamage Comprehensive General LiabilityNone$500,000.00 Automobile Liability$200,000.00$500,000.00
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/459821cbef01a6a087a9763a0b05ed1c)
 
Place of Performance
Address: Dugway, UT 84022
Zip Code: 84022
 
Record
SN02571466-W 20110914/110912235018-459821cbef01a6a087a9763a0b05ed1c (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.