Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

D -- GPS Vehicle Monitoring System

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff), ATTN: CCRC-ISP, 10-020 Kabrich Circle, Pine Bluff, AR 71602-9500
 
ZIP Code
71602-9500
 
Solicitation Number
W911RP12T0021
 
Response Due
5/14/2012
 
Archive Date
7/13/2012
 
Point of Contact
Jeffrey Allred, 870-540-4027
 
E-Mail Address
ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff)
(jeffrey.l.allred@us.army.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. 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 request for quotation and subsequent award are being processed in accordance with Simplified Acquisition Procedures. NOTE: This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. REQUEST FOR QUOTATION NUMBER: W911RP-12-T-0021 RESPONSE DATE (MM-DD-YYYY):05-14-12 NAICS CODE: 519190 SIZE STANDARD: $7.0 mil FSC CODE: D399 SET-ASIDE: No set-aside used. Full and Open Competition DESCRIPTION OF REQUIREMENT: GPS Vehicle Monitoring Service. Contractor shall provide the following: Contractor shall provide GPS equipment for a total of 25 vehicles at no cost to the Government. Contractor shall provide Installation of all GPS equipment at no charge to the Government. Contractor shall provide Activation of all GPS systems at no cost to the Government Contractor shall provide all software upgrades for entire time of service for GPS software and hardware at no additional cost to the Government. Contractor shall furnish all mapping upgrades at no cost to the Government GPS system shall provide continuous Live Tracking 24/7 Contractor shall provide full warranty for all equipment and associated software for the duration of the contract at no cost to the Government Contractor shall provide upon request unlimited user names and passwords for access at no cost to the Government. Contractor shall provide training and customization of software for duration of contract at no cost to the Government Contractor shall provide Excel downloads for reporting at no cost to the Government Contractor shall provide onsite repair or replacement of defective system within 24 hours. Additional vehicles can be placed in service at no additional cost to the Government with the exception of the per vehicle price for the first 25 vehicles. All additional vehicles will be covered under the same agreement for maintenance, upgrades, installations, activations, software upgrades and training. Vehicle GPRS will be no less but must be equal to or greater than the tracking capability of the LUM-2500 GPRS. Will include 2 option years. DELIVERY LOCATION: Pine Bluff Arsenal, Pine Bluff, Arkansas REQUESTED DELIVERY SCHEDULE: 60 Days after award of Purchase Order; If unable to meet this desired delivery, provide reason of inability to meet the requested date and provide achievable delivery date. Quotes with longer than 60 days may be rejected without consideration due to unreasonable lead-time. FREIGHT: Delivery is FOB Destination. GOVERNMENT INSPECTION / ACCEPTANCE: at Destination CLAUSES: FAR 52.212-1, 52.212-3Alt I, 52.212-4, 52.212-5 (to include 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.232-36, 52.222-53), DFARS 252.212-7001 (to include 252.203-7000, 252.232-7003, 252.247-7023), 252.203-7002, 252.204-7003, 252.211-7003, 252.232-7010, AMCAC 52.233-4052. 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: i. Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.0000-4955 WIDE AREA WORKFLOW INFORMATION INSTRUCTIONS PINE BLUFF ARSENAL CONTRACTING OFFICE ADMINISTERED (MAR 2008) (USE FOR SERVICES ONLY) To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS", Pine Bluff Arsenal Contracting Office use Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track invoices and receipt/acceptance documents electronically. The contractor is required to use WAWF-RA when processing invoices and receiving reports under this order. Submission of hard copy DD250/invoices will no longer be accepted for payment. The contractor shall register to use WAWF-RA at https://wawf.eb.mil. There is no charge to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden, UT. Their number is 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ IMPORTANT INFORMATION: Please submit your invoice/receiving report in WAWF when you ship your items. We have nothing to receive your shipment against if the information has not been submitted in WAWF when your delivery arrives. Include the Purchase Request Number in the Line Item Description. You will find it under the Line Item Description on this order. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF. [ X ] Invoice as 2-in-1 (Services Only) Vendor Cage Code: ________ Pay DoDAAC: HQ0303 Issue Office DoDAAC: W911RP Admin DoDAAC: _W911RP Ship To DoDAAC: W911RP WAWF will prompt asking for "additional e-mail submission" after clicking "SIGNATURE". Enter the following e-mail addresses to expedite the routing process of the invoice. (KO,COR, POC, anyone who should be tracking progress of the invoice) Contract Specialist: jeffrey.l.allred@us.army.mil KO's : crystal.g.mccoskey@us.army.mil Certifying Official: michael.d.mcdonel.civ@mail.mil RM: john.r.earnhardt@us.army.mil Other: (enter email address of anyone who should be tracking progress of the invoice) The paying office DoDAAC and mailing address will be located on the front of your award. You can track your payment information on the DFAS website at http://www.dod.mil/dfas/contractorpay/myinvoice.html. Your purchase order/contract number or invoice will be required to inquire about status of your payment. Questions concerning payment should be directed to the payment office identified in the contract. Please have your Contract number and invoice ready when calling about payment status. END OF STATEMENT 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELIQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriation Act, 2012 (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2)Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interest of the Government. (b)The Offeror represents that - (1)It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2)It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal Law within the preceding 24 months. (End of provision) PB 52.000-4306 IIIINSPECTION AND ACCEPTANCE (PBA) (AUG 90) (4306III) : a.The work will be conducted under the general direction of the Contracting Officer and is subject to inspection by his appointed inspectors to insure strict compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization of the Contracting Officer, nor shall the presence or absence of an inspector relieve the contractor from any requirements of the contract. b.The Contracting Officer shall designate individuals to act as the Contracting Officer's Representative (COR) under any resultant contract. Such representative will be designated in writing by the Contracting Officer with a copy of designation to the contractor. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of the contract. c.The COR will act in a liaison capacity to coordinate activities between the contractor and the Government as required in the performance of work under the contract. (End of clause) EVALUATION FACTORS: 1. PRICE: Total Price, including break down of items prices. Freight must be included in price. Do not list freight as a separate priced item. Quotes containing products conforming to the item description will be included in the price evaluation. Failure to provide products conforming to the item description may result in rejection of offers. BASIS FOR AWARD: Offers will be evaluated on price. PAYMENT PREFERENCE: Indicate on quote payment preference for either Government Credit Card or Electronic Funds Transfer. Note: EFT requires invoice entrance in WAWF. The Contracting Officer's Representative (COR) will be Mike McDonel, michael.d.mcdonel.civ@mail.mil, 870-540-3443. Proposals must be received by mail at Army Contracting Command-Rock Island, Pine Bluff Arsenal Contracting Office, 10-020 Kabrich Circle, ATTN: CCRC-ISP (Jeffrey L. Allred), Pine Bluff, AR 71602, or by e-mail at jeffrey.l.allred@us.army.mil, phone 870-540-4130, no later than 05/14/12, 4:00 P.M. CST. Please reference solicitation number W911RP-12-T-0021 in subject line of all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0b7e5fba1a147c1b2f8b849ab434de4)
 
Place of Performance
Address: ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff) ATTN: CCRC-ISP, 10-020 Kabrich Circle Pine Bluff AR
Zip Code: 71602-9500
 
Record
SN02740158-W 20120506/120504235946-d0b7e5fba1a147c1b2f8b849ab434de4 (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.