SOLICITATION NOTICE
R -- The 123 AW is seeking technology solutions aligned with current AF initiatives for organizing and managing facility data for rapid recall as an analytical tool to facilitate routine maintenance, construction, and planning.
- Notice Date
- 5/14/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- 123 AW Base Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679
- ZIP Code
- 40213-2679
- Solicitation Number
- W912KZ-04-R-0002
- Response Due
- 5/28/2004
- Archive Date
- 7/27/2004
- Point of Contact
- Cindy Walton, 502-607-1367
- E-Mail Address
-
Email your questions to 123 AW Base Contracting Office
(cindy.walton@ky.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial off the shelf items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only s olicitation; proposals are being requested. Solicitation number W912KZ-04-R-0002. This solicitation issued as a Request for Proposal (RFP) using simplified acquisition procedures and shall be awarded on an all or none basis. The solicitation is set-aside 100% for small business. The associated standard industrial classification code is 7376 and the NAICS is 541513. The small business size standard is $1 million. Offerors shall structure their offer using the following: Line item 0001 Software and Licensin g Line item 0002 Documentation Line item 0003 Training and Education Line 1. Data collected must be available 24 x 7 to any internet connected PC running the windows 2000 operating system to personnel with the correct authorization. 2. Data collected is to be managed and served over the Internet by the third party, not on ANG pr emises. 3. Data must reside in a server environment at more than one location to provide redundancy. 4. Performance of the system must be good over a T1 Internet connection and acceptable over a modem (56k) Internet connection. 5. The system is to be use d, by the third party, to document an approximately 270,000 sf facility. There are approximately 700 electrical devices distributed among a number of buildings and the task encompasses the locations and data associated with: a. Electrical devices (panels, switchgear, etc.) to include the following information: Interconnections to the panel schedule level, Electrical Codes and Standards associated with each electrical device. b.) Fire Suppression devices c.) Gas, Water and Sewer lines for site itself. d.) H azardous materials, to include the MSDS sheets, Fire Fighting Measures, Accidental Release Measures, Exposure Controls/PPE and Stability Reactivity. A more detailed degree of documentation (branch circuitry verification all the way to the electrical outle ts) is required on an approximately 51,000 sf building with approximately 100 devices, this is p 7. The system must present a view of the facility allowing the end user to drill down into the buildings and floors in a graphical manner to see the locations and interconnectivity of the documented devices and be able to pull up all information described in (5,6) from this Geographic. 8. The system must be easy to use by ordinary maintenance personnel allowing updates to the facility documentation collected in (5,6) to be made and to keep the system current. 9. Integration of data from current ANG data sources or other is not required. 10. Data that exists concerning floor plans, overall facility layout and riser style diagrams will be made available in AutoCAD dwg/dxf format. No additional documentation concerning the existing state, location or connectivity of devices can be assumed nor can the AutoCAD guaranteed to be current or complete. The government intends to evaluate proposals and make award based on t he lowest price, technically acceptable proposal. Delivery shall be FOB Destination. The provision 52.212-1, Instructions to Offerors ?????? Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation ?????? Commercial Items, applies to this acquisition. For the purpose of completing paragraph (a) of provision 52.212-2, the specific evaluation criteria to be used are (i) technical capability of item offered to meet the Government requirement (ii) price and (iii) performance period Each cr iteria and overall offer will be rated green, blue, or red. These evaluation factors are listed in order of importance. The government intends to accept demonstrations from the three companies selected with an offer most advantageous to the government, p rice and other factors considered. Award may be made to other than the low priced of fer. Offerors shall include a completed copy of the provision at 52.212-3, alt I, Offeror Representations and Certifications??????Commercial Items with their offer The clause at 52.212-4, Contract Terms and Conditions??????Commercial Items, would apply to any contract resulting from this solicitation. (The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders??????Commercial Items, applies to this acquisition. The following specific FAR clauses cited in clause 52.212-5 applicable to this acquisition are as follows: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapp ed Workers, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.225-3, Buy American Act ?????? North American Free Trade Agreement ?????? Israeli Trade Act ?????? Balance of Payments Program, 52.225-13, Restriction on Certain Foreign Purchase, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, As Amended, 52.222-42, State ment of Equivalent Rates for Federal Hires (contact Contracting Officer for full statement), DFARS 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTATION, SCA WAGE DETERMINATION NO: 94-2223 REV (21) is applicable to this solicitation. The clause at DFARS 25 2.212-7001, Contract Terms and Conditions Required to implement Statues Or Executive Orders Applicable to Defense Acquisitions for Commercial Items, applies to this acquisition. Specifically the following clause is applicable; 252.225-7001, Buy American A ct and Balance of Payment Program; 252.247-7024, Notification of Transportation of Supplies by Sea. Offers are due at 2:00 EST on 28 May 2004 in the Base Contracting Office, 123 AW/ MSG, 1101 Grade Lane, Louisville, KY 40213-2678. Offers may be submitte d in original or faxed to the Contracting Officer. All responsible contractors are encouraged to submit an offer in response to this solicitation. For further information, contact the Contracting Officer, SMSGT Kristine Mullaney, at (502) 264-9617, FAX (50 2) 364-9665.
- Place of Performance
- Address: 123 AW Base Contracting Office 1101 Grade Lane, Louisville KY
- Zip Code: 40213-2679
- Country: US
- Zip Code: 40213-2679
- Record
- SN00586376-W 20040516/040514212227 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |