Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2006 FBO #1784
SOLICITATION NOTICE

58 -- In-Building Wireless Signal Amplification (IN-BWSA) System

Notice Date
10/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
BATF10132006BW
 
Response Due
10/27/2006
 
Archive Date
11/27/2006
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for In Building Wireless Signal Amplification (IN-BWSA) System. Please see RFP and System Design under solicitation BATF10132007BW when posted. ATF intends to award to that source offering the best value to the Government. The Technical Approach, Past Performance, Experience and Cost/Price Factors will be evaluated to determine the solution with the highest quality and lowest risk providing the best value to the Government. Proposals will be evaluated on the basis of strengths, weaknesses, and risks for each of the following factors listed in descending order of importance. The government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. technical approach, past performance and experience) are superior. A "premium" is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a p technical approach, past performance and experience standpoint. Sub-Factor 1 - Technical Approach: The technical solution will be evaluated for its ability to meet the performance requirements and scope of work, as defined in the statement of work and evidence of understanding ATF's requirements and the benefits that can be provided to ATF. Sub-Factor 2 - Past Performance and Experience: The past performance evaluation will examine how the contractor's past and present performance validates expected performance and customer satisfaction for ATF, WCB. In conducting the past performance assessment, the government may use data obtained from other sources as well as that provided in the proposal response. The actual past performance evaluation will examine the Contractor's actual performance on three (3) similar efforts. This review will focus on the similarity of the technology provided as it relates to the requirements and satisfaction ratings. Sub-Factor 3 - Experience: The contractor will be evaluated on its demonstrated experience in providing services similar in scope and complexity to the requirements. Cost/Price Factor Proposed cost/price will be evaluated to determine price / cost is fair and reasonable for the work to be performed and reflect a clear understanding of the requirements. This award will be made utilizing simplified acquisitions and procedures under FAR Subpart 13.5. Contractor must be registered in the Department of Defense's (DOD) Central Contractor Registration database (CCR) for electronic Funds Transfer (EFT) www.ccr.gov to receive award. The following provisions are applicable to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contracts Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items. Submit proposal Brian Wilkins no later than October 27, 2006, 3:00pm EST. Alternatively, vendors may fax or email proposal and questions concerning this procurement to Brian Wilkins, 202/927-7311 fax, email brian.wilkins@atf.gov.
 
Place of Performance
Address: Washington, DC
Zip Code: 20002
Country: UNITED STATES
 
Record
SN01165113-W 20061015/061013220303 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.