Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

58 -- Wide Area Mass Notification System (WAMNS) Upgrade - Solicitation

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 114 MSG/MSC, SD ANG, 1201 W ALGONQUIN ST, SIOUX FALLS, South Dakota, 57104-0264, United States
 
ZIP Code
57104-0264
 
Solicitation Number
W912MM18Q5037
 
Archive Date
10/3/2018
 
Point of Contact
Jeremiah G. Minter, Phone: 6059885931, Eric Comes, Phone: 6059885932
 
E-Mail Address
jeremiah.g.minter.mil@mail.mil, eric.l.comes.mil@mail.mil
(jeremiah.g.minter.mil@mail.mil, eric.l.comes.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quote Sheet for Giant Voice Upgrade. Delivery & Installation Instructions for Giant Voice Upgrade. 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 334290 applies to this solicitation; business size standard is 750 Employees. The South Dakota Air National Guard Command Post (CP) requires an upgrade to the current Wide Area Mass Notification System (WAMNS) per the attached Delivery and Installation Instructions. The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for the following: CLIN 0001 Qty: 1 PKG ATI Systems (or Equal) WAMNS Upgrade (Per Delivery and Installation Instructions). *Must include on-site setup, installation, and initial/refresher training, 1 year of tech support (to include on-site, if necessary), and minimum of 1 year warranty. All materials must be compatible with current ATI Systems equipment; all installation, training, support and warranty must be done by Authorized ATI Systems personnel. NOTE: Reference to a product of one or more manufacturers is provided for the purpose indicating an equal or equivalent product; it shall be regarded as establishing a desired standard of performance and quality only. This information shall not be construed as limiting competition. Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of the products quoted. If an Equal product is being offered, the information must list the Mfg/Brand and Model of the product along with detailed specifications and a description of how the 'equal' items possess the same salient characteristics. Preparing and Submitting your Quote: Offerors shall provide pricing for the above items inclusive of delivery to the South Dakota Air National Guard, 1201 West Algonquin St, Sioux Falls, SD 57104-0264. We are requesting these items be delivered and installed within 30 days after date of contract. If you cannot meet this request, please provide your best delivery date. To facilitate the most expeditious and equitable evaluation process possible, please use the attached quote sheet for providing requested pricing information. Your firm's standard quote documents can also be submitted but please ensure ALL the information requested in the attached Quote Sheet is included. Please make quotes valid until September 30, 2018. Be sure to submit/attach enough information to enable the Government to fully ascertain the specifications/capabilities of the equipment quoted. All questions and quotes must be directed to Jeremiah Minter at jeremiah.g.minter.mil@mail.mil. Questions must be submitted no later than two business days prior to quote due date or may not be considered. All questions and answers must be in writing. Do not contact other Government personnel as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery, and past performance factors considered. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6, Brand Name or Equal; FAR 52.212‐1, Instructions to Offerors-Commercial Items; FAR 52.212‐2, Evaluation-Commercial Items; FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-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 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222‐21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222‐50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225‐13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233‐3, Protest After Award; FAR 52.233‐4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes - Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.246-20, Warranty of Services; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252‐2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204‐7004 Alternate A, System for Award Management; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232‐7010, Levies on Contract Payments; DFARS 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System; DFARS 252.247‐7023, Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found in full text at http://farsite.hill.af.mil/. Additional required clauses other than those listed above may be included as Addenda on the award document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/W912MM18Q5037/listing.html)
 
Place of Performance
Address: 1201 W Algonquin St, Sioux Falls, South Dakota, 57104, United States
Zip Code: 57104
 
Record
SN05042800-W 20180819/180817230815-b2608b116f30458e3b9c651666e6d400 (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.