SOLICITATION NOTICE
70 -- MESH Wireless Broadband System
- Notice Date
- 4/23/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of Energy, Federal Locations, All DOE Federal Contracting Offices, PO Box 5400 Albuquerque, NM
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ52-08NA28542
- Response Due
- 5/16/2008
- Point of Contact
- Teresa Martinez, Contracting Officer, 505-845-4127,tmartinez@doeal.gov;Jodi Van Slyke, Contract Specialist, 505-845-5012,
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial itemsprepared inaccordance with the format in FAR Subpart 12.6, as supplemented withadditionalinformation included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLYSOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILLNOTBE ISSUED. Responses shall reference "Request for Quote No.DE-RQ52-08NA28542.The Department of Energy, National Nuclear Security Administration (DOENNSA)intends to procure a Mesh Wireless Broadband System and accompanyingtechnicalsupport for the Nevada Test Site (NTS), located in Las Vegas, NV. Thiscombined synopsis/solicitation document and incorporated provisions andclausesare those in effect through Federal Acquisition Circular 2005-05. Thisacquisition is a 100% small business set-aside. Offerors responding shouldindicate whether or not they are a small business, small woman-ownedbusiness,small disadvantaged business, veteran owned small business, servicedisabledveteran owned small business, 8(a) business, or HUBZone.The North American Industry Classification System (NAICS) Code is 541512with acorresponding qualifying size standard of $23.0 million dollars (indicatesmaximum allowed for a concern, including its affiliates, to be consideredsmall).The DOE/NNSA Acquisition Department intends to purchase following lineitems:CLIN 0001 Mesh Wireless Broadband System CLIN 0001 Period of Performance: 4 monthsCLIN 0002 Technical Support 2 Years (Not To Exceed 100 hours) CLIN 0002 Period of Performance: 2 years from final acceptance testingDelivery Location: U.S. DOE/NNSA/NTS WSI Bldg 114 Attn: John Hazuka Nevada Test Site Warehouse 160 Mercury, NV 89023Specific specifications are attached.A site visit and pre-quote conference at the Nevada Test Site (NTS) isscheduled for Thursday, April 17, 2008. All interested parties are requiredtoPre-register by completing and submitting the registration form below. NNSAwill confirm registrations and provide the precise time and location forthepre-proposal conference. Attendance is limited to no more than threepersonsfrom each firm or team. Following the pre-proposal conference, a list ofattending firms or teams will be posted on this IIPS site. Completedregistration forms are required to be submitted via email tojvanslyke@doeal.gov not later than April 10 2008 at 5:00 p.m. MST. Pleasenotethat only U.S. citizens with the proper identification will be permitted toattend the site visit and conference. A certification statement signed byanofficer of the firm/team is required to validate that each individualattendingthe pre-proposal conference and site visit is a U.S. citizen.The following provisions and clauses apply to this procurement:FAR 52.203-6 (Alternate 1), Restrictions on Subcontractor Sales to theGovernmentFAR 52.204-7, Central Contractor Registration;FAR 52.212-1, Instructions to Offerors Commercial Items;FAR 52.212-2, EvaluationCommercial Items (TAILORED) - (a) The Governmentwillaward a contract resulting from this solicitation to the responsibleofferorwhose offer, conforming to the solicitation, provides best value and willbemost advantageous to the Government, price and other factors considered.Thefollowing factors shall be used to evaluate offers in descending order ofimportance. Note that the factors listed under the Technical Evaluationare ofequal importance. : Socio-Economic Status: Quotations from Offerors that qualify as a smallbusiness will be evaluated and those that do not qualify as a smallbusinesswill not be evaluated. Technical Evaluation: Offerors quotation must address the followingitems:i. Specification Requirements: Offeror must show how their system willmeetthe requirements of the specification.ii. Ease of MaintenanceOfferor must show how the system is maintained toinclude preventative maintenance requirements, skill level of maintenancepersonnel, and tools and equipment required for troubleshooting and repair.Preference will be given if the offerors proposed system has built in testfeatures, dramatically reduces troubleshooting and repair time, requireslessskilled labor to repair, and does not require special test equipment.iii. Equipment Integration & Growth: Offeror must show that their systemcanoperates with an existing security systems infrastructure. Preference willbegiven if the offeror shows that the system design allows easy expansion ofboththe mesh network and the integration to other systems with very littleprogramming or hardware changes.iv. Past performance: Offeror must demonstrate its experience withprojects ofsimilar size and complexity; a minimum of 1 successful mesh wirelessnetworkinstallation contract is required. Preference will be given to thoseofferorswho show experience integrating existing security systems infrastructure.TheOfferor must provide 1 customer to verify past performance. Additionalcustomers (not to exceed 3) and past performance on identical projects tothisprocurement will result in a higher score. Past performance will beverified. Price will be considered in determining best value.(b) A written notice of award or acceptance of an offer, mailed orotherwisefurnished to the successful offeror within the time for acceptancespecified inthe offer, shall result in a binding contract without further action byeitherparty. Before the offers specified expiration time, the Government mayacceptan offer (or part of an offer), whether or not there are negotiations afteritsreceipt, unless a written notice of withdrawal is received before award;FAR 52.212-3, Offeror Representations and Certifications-Commercial Items--Acompleted copy of this clause must accompany your solicitation responseunlessa current copy resides online at https://orca.bpn.gov/;FAR 52.212-4, Contract Terms and Conditions-Commercial Items;FAR 52.212-5, Contract Terms and Conditions Required to Implement StatutesorExecutive Orders-Commercial Items [in paragraphs (b) and (c) the followingclauses apply: 52.203-6; 52.203-6 Alt I; 52.219-6; 52.219-6 Alt II;52.219-8;52.219-14; 52.222-3; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37;52.222-39; 52.225-13; 52.232-33; 52.247-64; 52.222-41; 52.222-42;52.222-43;52.222.44; 52.222-47];FAR 52.219-28, Post-Award Small Business Program Rerepresentation;FAR 52.233-4, Applicable Law for Breach of Contract Claim;All commercial provisions and FAR clauses referenced in this solicitationareavailable in full text at the following website location:http://www.arnet.gov/far/.The following local clauses apply to this acquisition:LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004):Thecontractor agrees that none of the funds obligated on this award shall beexpended, directly or indirectly, to influence congressional action on anylegislation or appropriation matters pending before Congress, other than tocommunicate to Members of Congress as described in 18 U.S.C. 1913. Thisrestriction is in addition to those prescribed elsewhere in statute andregulation. (End of clause).IMPORTANT INVOICING INFORMATION (JUL 2007) - Invoicing Instructions - 1.Thefollowing instructions are provided for submission of vouchers requestingreimbursement. The submission of vouchers electronically will reducecorrespondence and other causes for delay to a minimum and will facilitateprompt payment to the Contractor. a. Vendors shall submit voucherselectronically through the Oak Ridge Financial Service Center's (ORFSC)VendorInquiry Payment Electronic Reporting System (VIPERS). VIPERS allows vendorstocheck the payment status of any voucher submitted to the DOE. To obtainaccessto and use VIPERS, please visit the web page at<http://finweb.oro.doe.gov/vipers.htm>. Detailed instructions on how toenrolland use the system are provided on the web page. b. Each invoice shallincludethe following: I. Name and address of the Contractor; II. Invoice date andnumber; III. Contract number, contract line item number and, if applicable,theorder number; IV. Description, quantity, unit of measure, unit price andextended price of the items delivered; V. Shipping number and date ofshipment,including the bill of lading number and weight of shipment if shipped onGovernment bill of lading; VI. Terms of any discount from prompt paymentoffered; VII. Name and address of official to whom payment is to be sent;VIII.Name, title, and phone number of person to notify in event of defectiveinvoice; IX. Taxpayer Identification Number (TIN). The Contractor shallincludeits TIN on the invoice only if required elsewhere in this contract. X.Electronic funds transfer (EFT) banking information. c. The Contractorshallinclude EFT banking information on the invoice only if required elsewhereinthis contract. d. If EFT banking information is not required to be on theinvoice, in order for the invoice to be a proper invoice, the Contractorshallhave submitted correct EFT banking information in accordance with theapplicable solicitation provision, contract clause (e.g., 52.232-33,Payment byElectronic Funds Transfer-Central Contractor Registration, or 52.232-34,Payment by Electronic Funds Transfer-Other Than Central ContractorRegistration), or applicable agency procedures. e. EFT banking informationisnot required if the Government waived the requirement to pay by EFT. 2.Invoices will be handled in accordance with the Prompt Payment Act (31U.S.C.3903) and Office of Management and Budget (OMB) prompt payment regulationsat 5CFR Part 1315.H047 WORKER SAFETY AND HEALTH PROGRAM IN ACCORDANCE WITH 10 CFR 851 (FEB2008) (a) No work may be performed at the covered workplace unless and until thegovernment approves the contractor's Worker and Safety Health Program."Covered workplace" means a place at a DOE site where a contractor isresponsible for performing work in furtherance of a DOE or NNSA mission."DOEsite" means a DOE-owned or -leased area or location or other area orlocationcontrolled by DOE where activities and operations are performed at one ormorefacilities or places by a contractor in furtherance of a DOE mission. (b) The Contractor, or a subcontractor at any tier, shall comply with therequirements of 10 CFR 851, Worker Safety and Health Program. 10 CFR 851 isincorporated into the contract by reference. In the event of any conflictbetween this special contract requirement and 10 CFR 851, the requirementsof10 CFR 851 shall take precedence. (c) The contractor shall implement and maintain a written Worker andSafetyHealth Program that provides the methods of implementing the requirementsofSubpart C of 10 CFR 851 (or Part 851 or 851). (d) Contractors must incorporate in the Worker and Safety Health Programanychanges, conditions, or workplace safety and health standards directed byDOEconsistent with the requirements of 10 CFR Part 851 and Laws, Regulations,Directives and NNSA Policy (if in the basic contract) and associatedcontractclauses. (see 851.13(c)(3)). (e) The contractor will provide a copy of their Government approval andWSHPplan to: Mr. Glenn S. Podonsky, Chief Office of Health, Safety and Security HS-1 Forrestal Bldg US DOE 1000 Independence Ave SW Washington DC 20585 (f) Each year, 90 days before the anniversary of the contract effectivedate,the contractor must submit to the Contracting Officer either an updatedworkersafety and health program for approval or a letter stating that no changesarenecessary in the currently approved worker safety and health program. (g) If a contractor employs or supervises workers who are represented forcollective bargaining by a labor organization, see 851.11(d). (h) Nothing in Part 851 or this special contract requirement precludes acontractor from taking any additional protective action that is determinedtobe necessary to protect the safety and health of workers (see 851.12).L027 WORKER SAFETY AND HEALTH PROGRAM INSTRUCTIONS - ACTIVITY IV (FEB2008) (a) The resulting contract requires performance on a DOE/NNSA site. Whenworking at a DOE/NNSA site, the offeror, or their subcontractor(s) at anytier,shall comply with the requirements of 10 CFR 851, Worker Safety and HealthProgram. The offeror shall develop a written Worker and Safety HealthProgramthat provides the methods of implementing the requirements of Subpart C of10CFR 851 (or Part 851 or 851). This Worker and Safety Health Program mustbesubmitted with your proposal. (b) The National Nuclear Security Administration Service Center (NNSA) iscommitted to providing safe and healthful working conditions for federalandcontractor employees. Title 10 Code of Federal Regulations Part 851codifiesthe NNSA safety and health requirements for contractor employees. In nomannerdoes this guidance replace or limit requirements of the rule, or othercontractual requirements ensuring compliance with Federal, State and Localregulations. (c) This provision identifies contractor safety and health programsubmittaldocuments and processes that the NNSA considers appropriate for agraded-approach evaluation of a contractors plan for performing ActivityIV,lower hazard work (administrative services) at the Service Center or otherDOE/NNSA site operating under a contract awarded by the NNSA. (d) The contractor must submit a Worker Safety and Health Program (WSHP)protecting workers from the hazards of the workplace. This can beaccomplishedusing the following specific guidance related to the site specific programorit can be a stand alone corporate WSHP. In both cases the WSHP issubmittedwith your proposal. NNSA will attempt to approve your WSHP before contractaward, but if the contract action is awarded before the NNSA approval oftheWSHP, work cannot commence at the DOE/NNSA location until NNSA approvesyourWSHP. (e) Attesting to follow the cognizant site safety program shouldstreamlinethe review and approval process. (f) Site Specific Program: Comply with NNSA implemented site specificworkersafety and health program (developed to comply with 29 CFR 1960, BasicProgramElements for Federal Employee Occupational Safety and Health Programs andRelated Matters.) (g) The Contractor submitted WSHP will include: (1) Signature page for use by the Contractor Management (CorporateOfficer),Contracting Officer (CO), and Site Office Manager/Head of the DOE/NNSAFieldElement. (2) Executive Summary (e.g., brief summary of work activities, locations,number of personnel) (3) Contractor attesting that it and its employees will follow the siteimplemented safety and health program for work done at the NNSA site.Example:"Contractor XXX employees performing work at NNSA site ZZZ will integratewithand follow the NNSA site specific safety and health program." (4) Description of Company Health and safety organization assigning,goals,clear roles and responsibilities. Also include an equivalent of, "CompanyXXXretains sole and complete responsibility to continue compliance with otherregulations placed upon the contractor through the contract and state,federaland local regulations. This includes reporting requirements under OSHA.",or"Company XXX designates Person PPP as the safety officer responsible fortheemployees at the work location. Contact information is..." (5) Contractors will explain the review of NNSA site safety and healthprogram to identify contractor employee job training and competencyrequirements commensurate with the work hazards. (6) Safety standards and requirements for types of hazards andenvironment. (i) Contractors will attend site specific New Employee Orientation asrequired by the COR. (ii) All employees have the right and responsibility to stop work ifdangerto personnel or equipment is imminent. (iii) Emergency procedures coordinated with those implemented for thelocation of work. (iv) Injury and accident reporting procedures occurring at an NNSA site.Example: "The onsite Contractor employee will report accidents, injuriesandillness using the site reporting methods. Additionally, the Company ___safetyofficer will provide copies OSHA required reporting data as well as CIARSdataas required by DOE Order 231.1 to the Contracting Officer and to the NNSASafety and Health Office." (7) Hazard controls. Contractor will be aware of hazards of their workplace/workstation and ensure understanding of site wide methods for itscontrol(usually training).Electronic responses/offers to this combined synopsis/solicitation will beaccepted via the Industry Interactive Procurement System (IIPS), availableathttp://e-center.doe.gov. It is the offerors responsibility to monitor theIIPSsite for the release of amendments (if any). For further assistance andinstruction for the use of IIPS, the on-line help document is available athttp://e-center.doe.gov/doebiz.nsf/ orhttp://www.doeal.gov/cpd/readroom.htm.Offerors shall submit a quote for CLIN 0001 and a fixed labor rate for CLIN0002. Offerors must address the items indicated in FAR clause 52.212-2(EvaluationCommercial Items). The maximum page count of the quote istwenty(20) pages, 8 x 11 paper, single-spaced, in Time New Roman, 12ptlettering.Pages that exceed number limit specified above will not be reviewed.SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED.Quotationssubmitted by other methods will not be evaluated. Quotes must be receivedthrough the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 2:00p.m.Mountain Daylight Time, Friday, May 16, 2008. Each quote is to be submittedaccording to the instructions detailed in the IIPS on-line help document,whichis available at http://e-center.doe.gov/doebiz.nsf/. It is theresponsibilityof the contractor, prior to the quote due date and time, to verifysuccessfultransmission in accordance with the Proposal Submission instructions in the"IIPS Users Guide for Contractors." All questions or inquiries regardingthissolicitation are to be directed to the named Contract Specialist: Ms. JodiVanSlyke, at the following E-mail address: jvanslyke@doeal.gov. Technicalquestions or inquiries regarding this solicitation are to be directed tothetechnical point of contact: Stephen Scott at the following phone number702-295-5943.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9fa8d8048f2e06fef9d139fc27cbb782&tab=core&_cview=1)
- Record
- SN01559640-W 20080425/080423220012-9fa8d8048f2e06fef9d139fc27cbb782 (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 |