SOLICITATION NOTICE
58 -- Sole Brand ADIT 600 Components
- Notice Date
- 9/14/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-04-T-0074
- Response Due
- 9/22/2004
- Archive Date
- 11/21/2004
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures (SAP), as sup plemented 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 requirement is being issued under SAP as a sole brand. Per FAR 11.105(b) the sole brand ADIT 600 product requirement is essential for existing government requirements. This requirement is for the procurement of ADIT 600 components, which are capable of support for non-blocking 1/0, Digital Cross-Connect System (D CS) capabilities, back plane support for up to 18 T-1s per chassis, AC/DC Power Supply/Charger, CLI or GUI management interface, rack mountable and wall mountable. This ADIT 600 system will have the capabilities of providing up to 48FXS in one chassis wit h a footprint of 2 rack units (3.5 inches) tall x 8.5 inches wide x 12 inches deep. Must have hot swappable service cards and provide voice and data services as FXS, FXO, ISDN BRI and V.35. This system will be integrated into the Range Digital Transmissi on System at the U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 dated 18 Jun 2004 and Defense Federal Acquisition Re gulation Supplement (DFARs), 1998 edition, current to DCN 20040625. It is anticipated that payment will be made by Government Visa Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) i s 334290 with a size standard of 750 employees. The resultant contract will be firm fixed price. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/s cripts/index.html. This CSS is also located at www.yuma.army.mil/contracting/rfp.html The proposal shall consist of four Contract Line Item Numbers (CLIN) CLIN 0001, Quantity 10, Unit of Issue: Each, Description: ADIT 600 48 FXS Ports with Chassis, Power S upply, TDM Controller, SNMP and RMP Management, 6-8 Port FXS Cards Part Number 02-AA1-AAAAAA-00. CLIN 0002, Quantity 6, Unit of Issue: Each, Description: ADIT 600 19 Inch and 23 Inch NEBS CO Rack Installation Kit, Part Number 710-0019. CLIN 0003, Quantity 2, Unit of Issue: Each, Description: ADIT 600 Base Unit, Part Number 02-AA1-000000-00. CLIN 0004, Quantity 4, Unit of Issue: Each, Description: ADIT 600 Quad ISDN BRI Card, Part Number 740-0048. All proposals shall include the cost of freight to Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax in their proposals. All proposals shall be clearly marked with CSS number W9124R-04-T-0074 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no lat er than Noon MST, 22 September 2004. The deadline for technical questions is Noon MST, 20 September 2004. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and c onditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Oct 2000). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete F AR provision 52.212-3 Offeror Representations and Certifications Commercial Items (May 2004) Alternate I (Apr 2002) apply to this acquisition. FAR 52.212-4 Cont ract Terms and Conditions Commercial Items (Oct 2003). 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical to meet the Governments requirements. Sole brand for ADIT 600: Manufacturer Carrier Access Corporation, http://www.carrieraccess.com, 5395 Pearl Parkway, Boulder, CO 80301, 8 00-365-2593. ii) past performance, and iii) price. Technical capability (sole brand) is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Proposals will be reviewed for com pliance with the sole brand requirement. Past performance will then be evaluated for all offerors whose proposals have been determined acceptable, then price. Offerors shall include in their proposal, past performance information on at least two other cont racts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2.) Company/Agency Name and Address 3) Name of point of Contact with phone number and e-mail address. FAR 52.212-5 Contract Te rms and Conditions required to Implement Statues or Executive Order Commercial Items (Jun 2004) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004) applies to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Jun 2004). If you plan on partic ipating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00673092-W 20040916/040914212542 (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 |