Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2008 FBO #2558
SOLICITATION NOTICE

R -- Monitoring Existing GPS Units

Notice Date
11/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
FA7012-09-T-0008
 
Archive Date
12/24/2008
 
Point of Contact
Matthew P Walton, Phone: 202-767-7956
 
E-Mail Address
matthew.walton@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. FA7012-09-T-0008. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27. Bolling Air Force Base is looking for GPS System monitoring service. This is set aside 100% for small business concerns. The North American Industry Classification System code (NAICS) is 811213 with a size standard of $7 Million. CLIN 0001 (BASE YEAR): The contractor shall provide services to monitor 39 GPS Units (BRAND NETWORKCAR MODEL L3400/H3400) based at Bolling AFB, DC in accordance with the attached performance work statement. Period of performance for Base Year: December 15, 2008 through December 31, 2008. QTY: 17 days, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0002 (BASE YEAR): The contractor shall provide services to monitor 39 GPS Units (BRAND NETWORKCAR MODEL L3400/H3400) based at Bolling AFB, DC in accordance with the attached performance work statement. Period of performance for Base Year: January 1, 2009 through September 30, 2009. QTY: 9 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 1001 (OPTION YEAR I): The contractor shall provide services to monitor 39 GPS Units (BRAND NETWORKCAR MODEL L3400/H3400) based at Bolling AFB, DC in accordance with the attached performance work statement. Period of performance for Option Year I: October 1, 2009 through September 30, 2010. QTY: 12 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 2001 (OPTION YEAR II): The contractor shall provide services to monitor 39 GPS Units (BRAND NETWORKCAR MODEL L3400/H3400) based at Bolling AFB, DC in accordance with the attached performance work statement. Period of performance for Option Year II: October 1, 2010 through September 30, 2011. QTY: 12 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 3001 (OPTION YEAR III): The contractor shall provide services to monitor 39 GPS Units (BRAND NETWORKCAR MODEL L3400/H3400) based at Bolling AFB, DC in accordance with the attached performance work statement. Period of performance for Option Year III: October 1, 2011 through September 30, 2012. QTY: 12 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 4001 (OPTION YEAR IV): The contractor shall provide services to monitor 39 GPS Units (BRAND NETWORKCAR MODEL L3400/H3400) based at Bolling AFB, DC in accordance with the attached performance work statement. Period of performance for Option Year IV: October 1, 2012 through September 30, 2013. QTY: 12 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. STATEMENT OF WORK 1.0 Description of Services. Non-personal Services: The contractor shall provide all parts, labor, equipment and training necessary to provide GPS Tracking monitoring services for thirty-nine vehicles for the 11th Logistics Readiness Squadron (LRS) located at Bolling AFB DC. 1.1. Requirements. The 11 LRS has established a GPS based monitoring system for thirty-nine vehicles. The goal is to see where these vehicles are at all times, monitor speeds and determine time required from point A to point B. Access shall be provided through a secure WEB based application from multiple workstations. In addition, the system must provide mapping information to vehicle operators to set up trip mapping and directions from point A to point B. 1.2. Monitoring Services. The contractor shall provide Web based access for up to five work stations to monitor vehicle locations anywhere within the continental United States. This service shall include GPS mapping and routing. In addition it shall allow for speed limit setting and e-mail notification when the speed exceeds set limits. 1.3. Type of Equipment. The contractor shall provide monitoring services that is compatible with the existing GPS tracking devices manufactured by Networkcar, model/P/N: L3400 / H3400. INSPECTION AND ACCEPTANCE TERMS: Services/Installation of work shall take place no later than 1 January 2009. Services/Materials shall be delivered to 362 Thomas Rd. Bolling AFB, DC 20032. Services will be inspected by quality assurance personnel at the jobsite. The Contracting Officer shall follow FAR 52.212-4, Contract Terms and Conditions - Commercial Items for Contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation; and price is determined most advantageous to the Government in accordance with the requirement. Only those Offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the Offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated and Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.217-8: 30 days, 52.217-9: (a) 15 days, 60 days, (c) 57 months,, 52.223-5, 52.223-6, 52.223-11, 52.225-13, 52.232-19, 52.237-1, 52.237-2, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.204-7006, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.243-7001, 252.246-7000, 252.247-7023 ALT III, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring MD, 20762, Phone # 301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items(Deviation), including the following sub-clauses, 52.219-6, 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-41, 52.222-43, 52.223-5, 52.232-33, 52.233-3, 52.233-4 apply to this acquisition. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 4:30 P.M. Eastern Standard Time (EST) on 9 Dec 08. Quotes can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032, faxed to (202) 767-7887 or e-mailed to matthew.walton@bolling.af.mil. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed in writing to Matthew Walton, Contract Specialist, phone (202) 767-7956, or e-mailed to matthew.walton@bolling.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a570a4b392f2388574298c3b981ac921&tab=core&_cview=1)
 
Place of Performance
Address: 361 Thomas Rd., Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01710507-W 20081127/081125220310-a570a4b392f2388574298c3b981ac921 (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.