Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

70 -- Software Purchase and System Installation / Training

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
 
ZIP Code
94035
 
Solicitation Number
W912LA-11-R-7043
 
Response Due
9/28/2011
 
Archive Date
11/27/2011
 
Point of Contact
Duncan Collier, 650-603-9274
 
E-Mail Address
129 RQW, Base Contracting
(duncan.collier@ang.af.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. Requirements Awarded contractor will provide TWISTEDPAIR, WAVE brand software, compatible hardware equipment, full installation and training for all items quoted. All components are to be installed in Building 656, Moffett Field, CA 94035-0103. All parts requested in this quote are to be brand new, never used. Award will be based on cost, quoted software / equipment and an expected date of completion based on award. All quotes are to be emailed to duncan.collier@ang.af.mil no later than 4:30 pm PST on the response date listed in the Federal Business Opportunity under this specific RFQ's Notice Details and General Information. All quotes submitted must define the following items in writing: This quote is valid for 60 days. All items to be shipped are quoted as FOB Destination. All items quoted can be shipped in _____ days based on the date of award. Scope of Requirement 1. WAVE Communications Group-Basic, P/C: W5-SC-S, 11 each; WAVE Dispatch Communicator, P/C: W5-CL-DS, 2 each; WAVE Desktop Communicator + Telephony, P/C: W5-CL-DT, 10 each; Annual Release and Update Subscription P/C: W5-SC-ARUS1, 1 each; Server with software, 2 each; Radio gateway, Cisco Brand Router, 2 each (both configured for 12 channels); Radio interface cables, 11 each, specific types to be defined by contractor / requestor prior to install. 2. Radio interface cables, 11 each, specific types and number to be defined by requestor POC and contractor prior to installation date. Types and numbers of cables to be chosen will be compatible with General Dynamics URC-200, Motorola Astro Spectra Consollette, Motorola XTL5000 or Harris PRC-117G. 3. Onsite installation for all items listed in item 1. Installation will include verification that all components are in good working order upon completion. 4. WAVE telephonic and Web technical support per hour, 20 each, hours of support. 5. Onsite training for programmer, operator and equipment / software maintainer to consist of 4 days training for 12 individuals. 6. WAVE Recording Session, P/C: W5-CL-RS, 12 each, this item will be listed as an option line item on the awarded contract. Price will be valid for 1 year only based on date of award. IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Any offerors believing they can provide an equal product that meets all of the features and functionality of the Smart Technology items or can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for the Smart Technology. It is the offeror's responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the brand name product. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement, and/or a competitive procurement can be conducted. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. The Government does not intend to pay for information solicited. Information received after the established deadline shall not be considered. 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. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered in ORCA, they may do so by going to ORCA web at https://orca.bpn.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov. Shipping must be free on board (FOB) 129 RQW, Moffett Field, CA 94035-0103 which means that the seller must deliver the goods on its conveyance to 129 RQW or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments unless otherwise specified at time of order. Contract Clauses 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates 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/these address(es): HTTP://FARSITE.HILL.AF.MIL HTTP://WWW.ARNET.GOV/FAR/ HTTP://WWW.ACQ.OSD.MIL/DP/DARS/DFARS.HTML 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (February 2009) As prescribed in 12.301(b)(4), insert the following clause: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). Applies over $3,000. 52.222-21, Prohibition of Segregated Facilities. Applies at $10,000 or above. 52.222-26, Equal Opportunity (E.O. 11246). Applies at $10,000 or above. 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.222-26 applies and $25,000 or above. 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). Applies over $10,000 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.22-35 applies. 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). Applies over $3,000. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Applies over $3,000. 52.232-36, Payment by Third Party (31 U.S.C. 3332). Applies over $3,000. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.). Applies over $3,000. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Applies over $3,000. (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). Applies when applicable. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (January 2009) As prescribed in 212.301(f)(iii), use the following clause: (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582). Applies $3,000 to $25,000. 252.225-7012 Preference for Certain Domestic Commodities (10.S.C. 2533a). Applies over $25,000. 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Applies over $54,372. Alternate I (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). Applies $25,000 to $54,372. 252.227-7015 Technical Data--Commercial Items (10 U.S.C. 2320). Applies over $3,000. 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). Applies over $3,000. CLAUSES INCORPORATED BY REFERENCE: 52.212-4Contract Terms and Conditions - Commercial Items 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3Protest After Award 52.253-1Computer Generated Forms 252.243-7001Pricing of Contract Modifications 252.246-7000Material Inspection and Receiving Report LOCAL CLAUSES, TERMS, CONDITIONS AND INSTRUCTIONS INCORPORATED BY FULL TEXT 129 RQW - AA - 0010CUSTOMER INSTRUCTIONS If any items delivered are not in accordance with the contract or purchase order, notify the contracting officer in writing. 129 RQW - AA - 0020WARRANTY UNLESS OTHERWISE STATED, STANDARD COMMERCIAL WARRANTIES APPLY, PLEASE FURNISH A WRITTEN COPY WITH YOUR DELIVERY. 129 RQW - AA - 0030CONTRACTING OFFICE CONTACT INFORMATION JONATHAN V. WOOD, SMSgt, CA ANG Base Contracting Officer PHONE: (650) 603-9276 FAX: (650) 603-9277 jonathan.wood@us.af.mil DUNCAN C. COLLIER, MSgt, CA ANG Contracting Officer PHONE: (650) 603-9276 FAX: (650) 603-9277 duncan.collier@ang.af.mil 129 RQW - AA - 0040FEDERAL, STATE AND LOCAL TAXES-GOVERNMENTAL ENTITY The U.S. Government is exempt from state sales or use taxes and federal excise taxes. This purchase is not subject to California State Sales tax. For additional information contact your local, state, or federal taxing authority. 129 RQW - AA - 0050DELIVERY TIMES The following delivery times are established for contactors: MONDAYS - FRIDAY:08:00 A.M. TO 2:30 P.M. No deliveries will be accepted on Federal holidays. All vendors shall have a delivery ticket with each delivery. The delivery ticket will ensure prompt processing of payment. 129 RQW - AA - 0060INSTALLATION PASSES/ACCESS TO MOFFETT FIELD Contractors should be aware that this is a Military Installation and that all access to this installation is granted by the Moffett Federal Air Field (FAR) Security Forces. Prior to making deliveries please contact (805) 986-7452 and follow instructions provided by the Security Forces for access to Moffett Federal Airfield, CA. If a gate pass is not granted to a contractor allowing the delivery of goods, execution of warranty support, or performance of services please contact the contracting officer as listed in 129 RQW - AA - 0030.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-11-R-7043/listing.html)
 
Place of Performance
Address: 129 RQW, Base Contracting PO Box 103, Stop 28 Moffett Field CA
Zip Code: 94035-0103
 
Record
SN02592175-W 20110928/110926235016-ee47b49512f03e65411275c0aa77097f (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.