Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
MODIFICATION

59 -- Portable Electronic Device (PED’s) Countermeasures Boxes - Responses to Questions

Notice Date
4/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ015211610001000
 
Point of Contact
James N. Robinson, Phone: 7035453317
 
E-Mail Address
james.robinson.ctr@whs.mil
(james.robinson.ctr@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP questions and answers. NOTICE TO ALL POTENTIAL OFFERORS: All interested parties can submit proposals in response to this notice in accordance with the terms and conditions of this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HQ015211610001000; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition will be a 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 334290. The business size standard is 750 employees. The Federal Supply Class (FSC) is 5999. The Washington Headquarters Services, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase 65 (EA) secured Portable Electronic Device (PED's) Countermeasures Boxes equipment. There will be two deliveries for these items. The first 30 EA shall be delivered within 60 days After Receipt of Order(ARO), The remaining 35 EA shall be delivered within 120 days ARO. The Government anticipates awarding one firm- fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1) Technical Acceptability Provide documentation that shows the product meets the salient characteristics ((a) through (e)) identified below. Offerors must meet ALL salient characteristics. Offerors must clearly identify the item by brand name and Make or model number, if any. Moreover, descriptive literature such as illustrations, drawings, product specifications, test data and all product documentation necessary to evaluate technical acceptability shall be provided. Offerors are to provide third party independent forensic audio testing that certifies that their PED boxes perform in accordance with Institute of Electrical and Electronics Engineers (IEEE) standards or equivalent. Third party testing data shall be required to confirm and validate the proposed item meets all the RF shielding in accordance with IEEE standards and noise attenuation requirements as stated below. It is expected that the test data shall include the testing methodology used to certify the products meet the requirements set forth in the RFP. Failure to provide the information necessary for evaluation may result in your product not being considered for award. (2) Price The total price will be a determining factor after determination is made as to whether the proposed PED Boxes meet technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13.5. Vendors should include warranty terms and delivery times with their quote. This request for quotation consists of the following: CLIN 0001 Portable Electronic Device (PED) Countermeasures Boxes - First Delivery, 30 EA 60 ARO CLIN 0002 Portable Electronic Device (PED) Countermeasures Boxes - Remaining Qty Delivery, 35 EA 120 ARO Salient physical, functional, and/or performance characteristics: a. RF Shielding: The shielded metal PED enclosures shall attenuate wireless transmissions and recording capabilities by providing RF shielding within and including a frequency range of 49MHz-6.0GHz at no less than 45 decibels. The PED countermeasures box must attenuate the entire frequency range; however, offerors are not precluded from submitting an offer for a PED countermeasures box that may attenuate frequencies above 6.0 GHz and/or below 49MHz. Please note that offerors will NOT receive additional evaluation credit for PED countermeasures boxes that attenuate frequencies above and/or below the range identified above. The common wireless frequency operating ranges for PEDs are 49 MHz for low power voice and data (walkie talkies, cordless telephones, remote control radio equipment, etc) to 6.0 GHz for wireless devices using 802.11 standard and performance for Wi-Fi (Bluetooth devices, etc.). The proposed product should provide RF shielding for these ranges because these are the PED devices commonly used within the Pentagon. PED countermeasures boxes must also possess a built-in powered (VAC or battery) noise masking generator device capable of rendering audio recording by devices stored in the box completely ineffective while those devices are stored in the box. Moreover, offerors must demonstrate the ability to provide RF shielding and sound attenuation to render wireless devices stored in the box completely ineffective at transmitting sound, data or other communications while the device is stored in the box. The means used to prevent recording or data transmission/communication while the devices are stored in the box must not damage or otherwise interfere with the functioning of the device or any other devices when the device is not stored in the box. •· Ineffective as it applies to recording means that a PED device contained within the product will not be capable of recording intelligible ambient conversations outside the product. •· Ineffective as it applies to RF shielding wireless signals means a PED device contained within the product and will not be able to transmit to or receive a wireless signal from another device or source outside the product. •· Product effectiveness above is contingent on the design as a single component without supplemental detachable components to ensure product integrity. b. Compartments: No less than 16 individual internal compartments with the ability to collapse compartments in order to store PEDs (PEDs include, but are not limited to, pagers, compact disc and cassette player/recorders, radios, small notebooks, tablets, portable data assistance (palm tops, blackberry, IPAQ, etc), digital audio devices (mp3, players), cameras, camcorders, calculators, electronic watches with input capability and reminder records). c. Portable design: PED boxes must be portable as a complete 16-compartment unit without disassembly, weigh less than 50 pounds and allow one person to carry the 16-compartment unit at least 10 feet without supplemental equipment d. Compartment must have external latch(es): The compartment must have external latches to ensure sound and RF shielding integrity when the product is sealed. e. Delivery Schedule: 30 EA must be delivered within 60 ARO, the remaining 35 EA must be delivered within 120 ARO (1) Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to james.robinson.ctr@whs.mil. Contractors are responsible for verifying receipt of their quotes. (3) Quotes must be firm-fixed-priced, and include all quantities listed. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1): Technical Acceptability and (2) Price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set Aside. 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 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to james.robinson.ctr@whs.mil NO LATER THAN the designated date and time. Point of contact is James N Robinson, telephone 703-545-3317. Questions: The cut-off date for all questions concerning this requirement is Tuesday, March 30, 2012 at 09:00 am EST. Offerors shall email all questions to James Robinson at james.robinson.ctr@whs.mil. Responses to all questions will be in the form of an amendment and posted for all Offerors. No telephonic requests or questions received after the designated date/time will be entertained.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ015211610001000/listing.html)
 
Place of Performance
Address: 1155 Defense Pentagon, Washintgon, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02720539-W 20120414/120412235245-141a15d982a877d929fbc97c935e17ee (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.