Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

58 -- XP200 dual digital video Encoder/Decoder system (Qty 14) and MS Management System with 25 User Licenses for Integrated Test and Evaluation (ITED) at Fort Bliss, TX.

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W9115112B5000
 
Response Due
5/7/2012
 
Archive Date
7/6/2012
 
Point of Contact
Johanna Goodman, 254-288-9567
 
E-Mail Address
MICC - Fort Hood
(johanna.goodman@us.army.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 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 acquisition will be conducted in accordance with FAR Part 12, Commercial Items in conjunction with FAR Part 14, Sealed Bidding. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 56, effective 02 April 2012. The solicitation number for this requirement is W91151-12-B-5000. This solicitation is issued as Invitation For Bids (IFB). This acquisition is 100% small business set-aside. The associated North American Industry Classification System (NAICS) code for this procurement is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a Standard Industry Classification (SIC) code of 5731. The Small Business size standard for this requirement is 750 employees. The Mission Contracting Office (MCO, Contracting Division - ATEC, Fort Hood, Texas has a requirement in accordance with FAR clause 52.211-6 Brand Name or Equal to purchase XP200 dual digital video Encoder/Decoder system (Qty 14) and MS Management System with 25 User Licenses for Integrated Test and Evaluation (ITED) at Fort Bliss, TX. One award will be made for the aggregate of the requirement. Requirement is FOB, destination which shall include all fees, including shipping or freight costs. Failure to comply with the above instructions or terms may result in the bid being determined as non-responsive. Salient characteristics must be found in section B of the Standard Form 33 attachment Solicitation under CLIN 0001 XP200 Dual Channel Ultra High Definition Encoder/Decoder, in support of that is there are CLIN 0002 MS Management System with 25 User Licenses, and CLIN 0003 shipping if applicable. The vendor will provide delivery to Integrated Test and Evaluation (ITED), Building 1660 JEB Stuart Road, Fort Bliss, Texas 79916-6812. The Mission Contracting Office (MCO)-Fort Hood, Contracting Division ATEC anticipates award of Firm Fixed Price (FFP) Contract to the responsible firm who submits an offer in accordance with this solicitation terms and conditions. An award will be made to the responsible offers conforming to the requirements of this solicitation. This combined synopsis/solicitation has incorporated Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses that apply to this acquisition and are as follows: 52.202-1 Definitions; 52.204-7 Central Contractor Registration; 52.209-7 Information Regarding Responsibility Matters; 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.214-3 Amendments To Invitations For Bids; 52.214-4 False Statements In Bids; 52.214-5 Submission Of Bids; 52.214-6 Explanation To Prospective Bidders; 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids; 52.214-10 Contract Award--Sealed Bidding; 52.214-12 Preparation Of Bids; 52.214-29 Order Of Precedence--Sealed Bidding; 52.214-34 Submission Of Offers In The English Language; 52.214-35 Submission Of Offers In U.S. Currency; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.243-1 Changes--Fixed Price; 52.246-16 Responsibility For Supplies; 52.207-4 Economic Purchase Quantity-Supplies; 52.223-11 Ozone-Depleting Substances; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference, and additional clauses: 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.203-12 Limitation On Payments To Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-3 offeror representations and certifications--commercial items; 52.214-21 Alt I Descriptive Literature (Apr 2002) - Alternate I; 52.214-15 Period For Acceptance Of Bids ; 52.222-50 Combating Trafficking in Persons; 52.233-2 Service Of Protest; 52.233-3 Protest After Award; 52.233-1 Disputes; 52.233-4 Applicable Law for Breach of Contract Claim; 52.246-2 Inspection Of Supplies--Fixed Price; 52.246-23 Limitation Of Liability; 52.249-2 Termination For Convenience Of The Government (Fixed-Price); 52.249-8 Default (Fixed-Price Supply & Service) and 52.252-2 Clauses Incorporated By Reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Commercial Items, applies to this acquisition, and additional clauses identified in 52.212-5 that apply to this acquisition are as follows: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-54, Employment Eligibility Verification; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. DFAR Clause 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items, applies to this acquisition, and additional DFAS Clauses identified in 252.212-7001 that applies to this acquisition are as follows: 52.203-3, Gratuities; 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials; 252.225-7012, Preference For Certain Domestic Commodities; 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports and additional DFAR clauses: 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.204-7006 Billing Instructions; 252.204-7008 Export-Controlled Items; 252.211-7003 Item Identification And Valuation; 252.223-7008 Prohibition Of Hexavalent Chromium; 252.232-7010 Levies On Contract Payments; 252.246-7000 Material Inspection And Receiving Report; Scrt 5152.232-4003 Wide Area Workflow (Wawf) Information And Instructions; Deviation 2012-00004 - Class Deviation- Prohibition Against Contracting With Corporations That Have An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Federal Law 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law; 252.209-7004; 252.212-7000 Offeror Representations and Certifications; 252.225-7001 Buy American Act And Balance Of Payments Program. This Combined Synopsis/Solicitation incorporates One Or More clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil To conformance with this combined synopsis/solicitation and to be considered for an award, offeror shall submit the following by 10:00 A.M. CDT, on 7 May 2012. Completed bids with offeror's information, solicitation W91151-12-B-5000 (attached) with pricing and product specification/data sheet/descriptive literature in accordance with 52.211-6 and 52.214-21 Alt I. Completed copies of the provisions at FAR 52.212-1, 52.212-3, and DFARS clause 252.212-7000 Offeror Representations and Certifications--Commercial Items or shall provide a copy of ORCA certifications if representations and certifications have been completed electronically via the ORCA website at https://orca.bpn.gov. It is a Department of Defense requirement that Offerors must be registered in the Central Contractor Registry (CCR) located at www.ccr.gov to be considered for award. Any Offeror not registered must be registered in the CCR prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. All Bids must be submitted to the following mailing Address: Mission Contracting Office (MCO)-Fort Hood; Contracting Division - ATEC; ATTN: Johanna Goodman (W91151-12-B-5000); P.O. Box Y, Fort Hood, Texas 76544-0770. Don't use PO Box for vendors utilizing Federal Express (FEDEX). For FEDEX use the following mail address: Mission Contracting Office (MCO)-Fort Hood; Contracting Division - ATEC; ATTN: Johanna Goodman (W91151-12-B-5000); 91035 Headquarters Avenue, Fort Hood, TX 76544-0770. Please reference the solicitation number W91151-12-B-5000 in the subject line. Any questions or comments regarding this solicitation will be either submitted via email to amsca.atec@us.army.mil and identify with the solicitation number W91151-12-B-5000 and shall be received no later than 4:00 PM CST 18 April 2012. Only questions submitted in writing will be answered. Bids are due no later than 10:00 a.m. CDT, 7 May 2012. Bid opening will take place on 8 May 2012, 0900 CDT at MCO Fort Hood, ATEC Contracting Division-ATEC in the conference room located at Building 91035 Headquarters Avenue on West Fort Hood, TX 76544-0770. You will need a valid ID to present at the Clarke road gate at Fort Hood, Texas. Visitors will need a visitors pass from Fort Hood main gate in order to access Clarke road gate. Please allow one hour to obtain visitor pass at the Fort Hood Main gate. If you need directions please email johanna.goodman.civ@mail.mil or call Johanna Goodman at 254-288-9567. All bids (outside envelop) shall be marked with #W91151-12-B-5000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f697c490e87fad3a7292f5f7184dfaec)
 
Place of Performance
Address: Integrated Test and Evaluation (ITED), Building 1660 JEB Stuart Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02714745-W 20120407/120405235111-f697c490e87fad3a7292f5f7184dfaec (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.