Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

59 -- Life Cycle Replacement of the Power Elements at the National Training Center, Fort Irwin, California

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KKNTCIS2014
 
Response Due
9/19/2014
 
Archive Date
11/17/2014
 
Point of Contact
Dorothy Bryant, 407-384-5163
 
E-Mail Address
PEO STRI Acquisition Center
(dorothy.a.bryant6.civ@mail.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 FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number W900KK-NTCIS-2014. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This solicitation is being issued as Full and Open Competition. The associated NAICS code is 335311. The small business size standard is $15.0 million. Requirement: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE) has a requirement to replacement of generators and power conditioners at Live Fire (LF) Camera sites 1 & 2; generator at Live Fire Area 1 (LFA-1); the Solar Power Systems at the ten Enhanced Position Location Reporting System (EPLRS) sites; the Uninterruptable Power Supply (UPS) systems at the seven Fiber Optic Network (FON) terminus shelters; and the generators, auto transfer switches and generator power distribution accessories for the Mobile After Action Review (MAAR) vans. The generators for Live Fire Camera Sites 1 &2 and LFA-1, and the UPS for the FON terminus shelters are subcomponents of the Power Element Component (PEC) of the Range Monitoring and Communications Subsystem (RMCS). The Solar Power Systems at the ten EPLRS sites are subcomponents of the Digital Tactical Monitoring (DTM) Component of the RMCS. The generators, auto transfer switches and generator power distribution accessories are subcomponents of the MAAR Component of the After Action Review Subsystem (AARS). (See attached Statement of Work). Section B table follows: (See Attach) PERIOD OF PERFORMANCE/DELIVERY: Ending/delivery date is estimated to be 8-months after award, with no options. Contract Type: This is a Firm Fixed Price (FFP) contract for Commercial-of-the-Shelf (COTS) items. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to dorothy.a.bryant6.civ@mail.mil or Faxed to 407-384-5248. 2. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number Evaluation Approach: 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. This acquisition evaluation will be conducted in accordance with FAR Part 15.101-2, Lowest Price Technically Acceptable (LPTA) with appropriate consideration given to the two evaluation factors: Technical and Price. To receive consideration for award, Offerors must meet the acceptability levels established in the solicitation. The Government will evaluate each proposal in accordance with the offeror's submission instructions and the specification document. The Government will evaluate the offeror's proposal against the minimum requirements set out in Specification to determine whether the proposal is quote mark Acceptable quote mark or quote mark Unacceptable quote mark using the rating and descriptions provided below. An offeror's technical proposal will not be found Acceptable unless all the minimum requirements are found Acceptable. A rating of Unacceptable for any requirement will cause the entire technical proposal to be found Unacceptable and may cause the offeror not be considered for award. INCORPORATE BY REFERENCE FAR 52.204-7: CENTRAL CONTRACTOR REGISTRATION FAR 52.208-9: CONTRACTOR USE OF MANDATORY SOURCES OF SUPPLY OR SERVICES FAR 52.212-2: EVALUATION - COMMERCIAL ITEMS FAR 52.212-4: CONTRACT TERMS AND CONDITIONS- COMMERCIAL ITEMS FAR 52.212-5 (DEV): CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS FAR 52.219-6: NOTICE OF SMALL BUSINESS SET -ASIDE FAR 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION FAR 52.222-50:COMBATING TRAFFICKING IN PERSONS FAR 52.247-34: F.O.B. DESTINATION FAR 52.253-1: COMPUTER GENERATED FORMS DFARS 252.204-7000: DISCLOSURE OF INFORMATION DFARS 252.204-0001: LINE ITEM SPECIFIC: SINGLE FUNDING DFARS 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT DFARS 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (COMBO ONLY) DFARS 252.232-7010: LEVIES ON CONTRACT PAYMENTS The full text of a FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm Offers are due no later than 1500 US Eastern Standard Time on 8 September 2014. Quotes will only be accepted by e-mail to dorothy.a.bryant6.civ@mail.mil or by fax 407-384-5248. Responses must include at least the solicitation number; name, address and telephone number of offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code; and TAX ID number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Dorothy Bryant, Contract Specialist, email: dorothy.a.bryant6.civ@mail.mil and Tel: 407-384-5164. Mailing address: U.S. Army PEO STRI Contracting Center, 12350 Research Parkway, Orlando FL, 12350 Research Parkway, Orlando, FL 32826 or the Contracting Officer, Glenda M. Torres at 407-380-4413, U.S. Army PEO STRI Contracting Center, 12350 Research Parkway, Orlando FL, 12350 Research Parkway, Orlando, FL 32826 or email: glenda.m.torres.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKNTCIS2014/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03518076-W 20140920/140918235649-c3f83c00d0d5b5c5d262eb309d39f649 (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.