SOLICITATION NOTICE
58 -- Provide all parts, labor, tools, equipment, transportation, and supervision necessary to provide and install a fully operable Digitized Mobile Data terminal notification System at Fort McCoy, WI.
- Notice Date
- 9/10/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5153
- Solicitation Number
- W911SA-05-T-0084
- Response Due
- 9/21/2005
- Archive Date
- 11/20/2005
- 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. Solicitation W911SA-05-T-0084 is issued as a request for quotation (RFQ), contract type is firm fixed price. This solicitation is unrestricted under NAICS 334220 with the small business size standard 750 employees. CLIN 0001 Digitized Mobile Data System, 1 Each @ $___________. Provide all parts, labor, tools, equipment, transportation, and supervision necessary to provide and install a fully operable Digitized Mobile Data terminal n otification System at Fort McCoy, WI. The system shall be compatible with the existing notification system. The Emergency Communication Equipment shall be designed in accordance with the criteria in Unified Facilities Criteria, Design and O&M: Mass No tification Systems (UFC 4-021-01, 12/18/02); SYSTEM MUST PROVIDE THE FOLLOWING but is not limited to the following to make the system complete for its intended operational use: 1. 3 Base Stations Data Terminals. 2. 10 Mobile Vehicle Data Terminals (Install in Government vehicle: 2 Explorers, 8 Tahoes) Installation shall be at a location within a one hundred mile radius from Fort McCoy. EXPECTED SYSTEM CAPABILITY: Mobile data computers will provide emergency first responders in the field with vital life saving information. System shall ensure first responders have the capability to determine if a vehicle and/or persons may be wanted for various crimes throughout the nation. Officers will be (better armed) to handle situations having this vital inf ormation before becoming involved with potentially dangerous subjects. Officers shall be able to use the installed computer systems in Government vehicles to determine the status of all driver's licenses and registrations. All remote systems must provid e responses in the patrol car in seconds. The systems installed in Government vehicles shall provide the capability for the officers to communicate directly to headquarters and talk (real time), via computer, to any units already in the field as well. T his keeps officers on the road, thereby providing the highest level of service to the community. The system shall allow the Officers to complete reports through the mobile computers and electronically transmit them to headquarters. The system shall be ab le to produce mobile data messages via radio single messages from a central location and from vehicle to vehicle. PHASED INSTALL: Contractor will pick up and drive two vehicles at a time to their installation location, and will then return them picking up two other vehicles until a total of ten vehicles have been furnished with the mobile vehicle data terminals. 3. Software. Produce a mobile to mobile data communications system in remote vehicles and assigned based stations; recorded messages at the lo cal base station location through a digitized radio receiver. (Note: This function controlled by a laptop computer). All equipment furnished shall be Commercial Off the Shelf (COTS) and shall be non-proprietary. The 10 new local digital terminal locatio ns shall be as specified by the Government Agency. The system will utilize the frequency specified by the Government at the time of award. DELIVERY: 120 days after receipt of a purchase order. FINAL INSPECTION: The contractor shall schedule a final in spection with the Government POC/Contracting Officer five days before the end of the period of performance for the purpose of system testing prior to Government acceptance. No partial payments will be made for CLIN 0001 under the contract. Payment will only occur after the system is tested and accepted. CLIN 0002 Base Year, Maintenance, Government Cost (including parts, labor, and travel costs not covered by standard commercial warranty. 12 mo @ $______, extended price $______. The Government will only pay for warranty repairs ordered and received by the Government, not covered by the offers warranty provisions included in CLIN 0001. CLIN 1002. OPT YR I, Maintenance, Government Cost (including parts, labor, and travel costs not covered by standard commercial warranty. 12 mo @ $________ , extended price $__________. CLIN 2002. OPT YR II, Maintenance, Government Cost (including parts, labor, and trav el costs not covered by standard commercial warranty. 12 mo @ $________ , extended price $__________. CLIN 3002 OPT YR III, Maintenance, Government Cost (including parts, labor, and travel costs not covered by standard commercial warranty. 12 mo @ $________ , extended price $________. CLIN 4002 OPT YR IV, Maintenance, Government Cost (including parts, labor, and travel costs not covered by standard commercial warranty. 12 mo @ $________ , extended price $__________. This solicitation docum ent incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. FAR and DFAR Provisions and Clauses may be accessed at http://farsite.hill/af/mil. The following provisions and clauses are applicable: 52.212-1 Instructions T o Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Trans actions. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 52.204-4 Printed or Copied Double-Sided on Recycled Paper. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Pr oposed for Debarment. 52.217-5 Evaluation of Options. 52.237-1 Site Visit. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.242-13 Bankruptcy. 52.249-8 Default (Fixed-Price Supply & Service). 252.204-7000 Disclosure of Info rmation. 252.204-7003 Control of Government Personnel Work Product. 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country. 252-212-7000 Offeror Representations and Certifications-Commercial Items. 252.225-7002 Qualifying Country Sources as Subcontractors. 252.243-7001 Pricing of Contract Modifications. In furtherance of Federal policy and the Administrative Dispute Resoluti on Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Sub paragraph (d)(2)(1)(B)(2), the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commerci al Items and the additional FAR clauses that are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilizaton of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.216-1 Type of Contract The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 52.23 3-2 Service of Protest. DFARS Clauses and Provisions: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the folowing DFARS clauses by reference: 52.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea. In accordance with FAR 39.1 06, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contrac t by written notice to the Contractor within 30 days prior to the end of the contract ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary not ice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause). SITE VISIT: An organized site visit is scheduled for 15 September 05, at 1:30 p.m., CDT, conference room, ACA Contracting, 2103 South 8th Ave, Fort McCoy, WI 54656 applicable to this requirement. Attendees at the pre-proposal conference/site visit are cautioned that the Government will not wait for anyone who is late or lost and will not hold another pre-proposal conference/site visit. Offerors are urged and expected to inspect the site and vehi cles intended for install to satisfy themselves regarding all general and local conditions (including inspection of the radio notification system) that may affect the cost of contract performance. In no event shall failure to inspect the site and/or vehic les constitute grounds for a claim after contract award. SUBMISSION OF OFFERS: Offerors shall submit the following information for evaluation purposes: TECHNICAL: Statement of Offerors technical approach to meeting the Governments requirement, to incl ude identification of all system hardware and software (with manufacturer literature provided). Offeror shall provide information as to compatibility with the existing system and technical solution to meet the minimum system operation criteria specified above. Offeror shall provide a phased plan regarding installation to include how mounted/installed, and intended pick up and return of vehicles. PAST PERFORMANCE: Offeror shall submit past performance information on prior projects similar in size and s cope, not to exceed 5 projects. Offerors should present their most recent projects and work back. The look back shall not exceed 3 years. Provide a list of relevant contracts in the following format: 1. Company/Division name 2. Contract Number, Proje ct Title, Description, and Completion Date 3. Name, Address, FAX and telephone numbers (include e-mail address, if available) of contracting officer or POC for the project 4. Initial contract cost, final cost, reason for cost changes, if any 5. Commen ts regarding compliance with contract terms and conditions 6. Indicate whether contract performance was a prime contractor or subcontractor. PRICE: Offeror shall submit pricing information for CLIN 0001 outlined in this combined synopsis/solicitation. EVALUATION FOR AWARD: The Government will award a purchase order resulting from this Combined Synopsis Solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government, price and other fact ors considered. The following factors shall be used to evaluate offers: Technical, Past Performance, and Price. Technical is more important than Past Perform ance. Technical and Past Performance, when combined, are significantly more important than Price. All offers will initially be reviewed to determine responsiveness to the solicitation. TECHNICAL: The Government will then evaluate the offerors Technical approach to determine if the approach outlined by the offeror meets the minimum Government requirements outlined in the combined synopsis/solicitation, including but not limited to, proposed system hardware and software, system configuration and offered t echnical solution, and the offerors proposed implementation. PAST PERFORMANCE: Those offerors found Technically acceptable will then be evaluated for Past Performance. The Contracting Officer will seek relevant and recent (within the past 3 years) perfo rmance information on all reasonable and realistic quotes based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. The purpose of the past performance evaluation is to allow the Government to assess the offerors ability to perform the effort described in this Combined Synopsis Solicitation based on the offerors demonstrated present and past performance. PRICE: Those offerors found Technically acceptable with at least a satisfa ctory history of past performance will then be ranked according to price. Price will be evaluated for reasonableness and realism. Reasonableness will be determined based on prices submitted by the competition, current market conditions, and comparison t o the government estimate, if applicable. Realism will be based on an evaluation of prices to determine if they are compatible with the scope of effort, are not unbalanced, and are neither excessive nor insufficient for the effort to be accomplished. An unreasonably or unrealistically priced proposal is subject to removal from the competitive range on the basis that the offeror does not understand the requirement or has submitted an unrealistic proposal. The Government reserves the right to award a contr act to other than the lowest priced offeror if that offeror is not technically acceptable, or is judged to have less than satisfactory past performance, based on the information gathered through the questionnaires and other Government and commercial source s, as discussed above. In that event, the Contracting Officer will make the award determined to be in the best interest and providing the best value to the Government. Notice to Offerors: Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 334220 under the Goods Sevices section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company doe s not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by 1330 hours on 21 Sep 05 CDT, including NAICS 334220 in the Goods Services section, the Contracting Of ficer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Co ntractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; breakdown of prices for the system along with a total price for the system, unit price per CLIN and extended total prices; DUNS number; and taxpayer identification number (TIN) . PROPOSAL DUE DATE: Quotes and applicable literature, technical and past performance information must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1330 hours on 21 September 05 CDT. Cont act Ginger Edgerton, 608-388-3818, ginger.edgerton@us.army.mil, if you have further questions.
- Place of Performance
- Address: DPTMS, Protective Service Division 1760 So 11th Avenue Fort McCoy WI
- Zip Code: 54656
- Country: US
- Zip Code: 54656
- Record
- SN00892232-W 20050912/050910211708 (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 |