MODIFICATION
59 -- Technical Support for Long Haul Microwave DS-3 Radio Systems for 54th Theatre Signal Battalion
- Notice Date
- 6/25/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Kuwait Contracting Command (PARC SWA, 408th CSB), ATTN: ARCENT-KU-DOC, Camp Arifjan, Kuwait, APO, AE 09366
- ZIP Code
- 09366
- Solicitation Number
- W912D1-10-T-0121
- Response Due
- 7/8/2010
- Archive Date
- 9/6/2010
- Point of Contact
- Eric Williams, 01196523893731
- E-Mail Address
-
Kuwait Contracting Command (PARC SWA, 408th CSB)
(eric.p.williams@kuwait.swa.army.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION Quotes are due by 08 July 2010 by 3:00PM Local time. Technical Support for Long Haul Microwave DS-3 Radio Systems for 54th Theatre Signal Battalion Solicitation# W912D1-10-T-0121 USACC-SWA-Kuwait, BLDG T-346 Redball Express, Camp Arifjan, This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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 number W912D1-10-T-0121 is issued as a request for quotation (RFQ). Quotes s are being requested and a written solicitation will not be issued. The NAICS code for this project is 541330 and the size standard in millions of dollars is $4.5. This acquisition is full an open. This solicitation is a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The following Contract Line Item Numbers, apply: CLIN :0001 Re-setup, Re- installation, re-configuration, and re-alignment (parabolic dish antennas) CLIN 0002 Testing CLIN 0003 Government Personnel Training CLIN 004 Travel Total Estimate Price $ 15,000 to 25,000. The Contractor shall provide service F.O.B. destination. The systems are located at Camp Buehring, Camp Virginia and Khabari Crossing in Kuwait and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Service is required on Two systems: (Camp Buehring - Camp Virginia) and (Camp Buehring Kharbari Crossing). One end of each system is comprised of:Antenna dish- flexible waveguide ODU RF cable IDU Camp Virginia: Equipment and cable equipment in rack and on tower. Antenna dish 4 ft diameter ODU (outside unit)- 2 each Flexible waveguide 2 each IDU (inside unit) 1 rack unit in height with two modules plus interface modules. 48VDC power unit (1 rack unit in height) Camp Buehring: Equipment and cable equipment in rack and on tower. (two sets) Antenna dish 4 ft diameter ODU (outside unit)- 2 each Flexible waveguide 2 each IDU (inside unit) 1 rack unit in height with two modules plus interface modules. 48VDC power unit (1 rack unit in height) Antenna dish 4 ft diameter ODU (outside unit)- 2 each Flexible waveguide 2 each IDU (inside unit) 1 rack unit in height with two modules plus interface modules. 48VDC power unit (1 rack unit in height) Kharbari Crossing: Equipment and cable equipment to go into rack available and equipment for tower is mounted on tower. Antenna dish 6 ft diameter ODU (outside unit)- 2 each Flexible waveguide 2 each IDU (inside unit) 1 rack unit in height with two modules plus interface modules. 48VDC power unit (1 rack unit in height) ****************************************** Please request a copy of the Statement of Objectives (SOO) via e-mailing to marilyn.euseary@kuwait.swa.army.mil and Eric.P.Williams@kuwait.swa.army.mil with a courtesy copy to sandra.e.ortiz@kuwait.swa.army.mil Submit quotes to via email, marilyn.euseary@kuwait.swa.army.mil and Eric.P.Williams@kuwait.swa.army.mil with a courtesy copy to sandra.e.ortiz@kuwait.swa.army.mil Quotes are due by 08 July 2010 by 3:00PM Local time. Submission of hand carried quotes or quotes via fax will not be accepted. To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial requirements. Point of Contacts The contracting officer for this solicitation is: Sandra E. Ortiz Phone # 965-2389-3724 The contract specialist for this solicitation is: Marilyn Euseary phone # 965-2389-3726 Quote Preparation Instructions FAR 52.212-1, Instructions to Offerors Commercial Items; Quotes submitted shall contain the following information: Reference number, offerors name and contact information, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quotes shall also contain all other documentation specified herein: Period of Acceptance for Offerors - The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Please note that partial quotes will not be accepted. 1. Quoters shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or the quoter shall acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 2. Quoters shall provide all technical submittals and information as requested in these specific instructions. 3.Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions. Evaluation of Quotes Quotations will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable quote. The following factors will be used to evaluate quotes: (i) Technical capability of the items [and service, if applicable] quoted to meet the Government's requirement; and (ii) Price In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i)The technical submittals: The following technical submittals are required for the Governments evaluation of quotes: Provide a PWS or SOW in accordance with the Statement of Objective: Performance Work Statement (PWS) shall be submitted in sufficient detail to identify methods, and personnel, including specific skill sets ( to include previous experience on with DS-3 Radios and technical certification, if any ), and the overall approach to satisfying the objectives identified in the specific instructions and SOO. The PWS shall be a standalone document providing all required information necessary to explain the technical solution for the Technical Support require from the Offeror. The quoter shall not simply rephrase or restate the Governments requirements, but shall provide convincing rationale to address how the Quoter intends to meet these requirements. Performance Schedule (or time line) Price Evaluation - The total price of service CLIN will be the evaluated price. ************************************** Please request a copy of the SOO via e-mailing to marilyn.euseary@kuwait.swa.army.mil and Eric.P.Williams@kuwait.swa.army.mil with a courtesy copy to sandra.e.ortiz@kuwait.swa.army.mil ***************************************************** Quote Format All quote information shall be provided on, or formatted to standard size (8 x 11.5 or 8.5 x 11) paper to the maximum extent possible. Electronic proposals provided via e-mail shall be submitted in Microsoft Word, Excel format, Adobe Acrobat (.pdf), or as indicated elsewhere. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example E-mail 2 of 6. For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, marilyn.euseary@kuwait.swa.army.mil and Eric.P.Williams@kuwait.swa.army.mil with a courtesy copy to sandra.e.ortiz@kuwait.swa.army.mil Installation Access and Procedures to Obtain Badging In order to obtain entry to Camp Arifjan, Kuwait Contractors must contact the Badging Office at 965-2389-1525 for forms, procedures and instructions. New passes are obtained at ECP 1 (TCN Gate) on Camp Arifjan. Renewals and upgrades are handled at the Provost Marshal Office Bldg 159 located on Camp Arifjan. The ECP 1 Badging Office provides support from 0700 to 1600 and 1900 to 0400 daily. Contractors are advised that badging for citizens / residents of certain countries is restricted or unavailable. Contractors must contact the Badging Office to obtain a list of restricted countries and any applicable waiver processes. Special Note: Quoters must give special attention to the provisions/clauses in this solicitation. These provisions/clauses include: FAR 52.228-3 - Defense Base Act (DBA) Upon award, this clause shall require the contractor to provide proof of DBA insurance prior to performance. DBA information and authorized insurance carriers are listed at the US Department of Labor website http://www.dol.gov/esa/owcp/dlhwc/. Listed carriers with the designation of DB in the Acts Covered column are the only carriers authorized to provide DBA insurance. FAR 52.228-3 requires that all subcontractors also comply with the Defense Base Act. For additional information or a Fact Sheet regarding DBA, please contact the Contracting Officer or Contract Specialist. The policy shall show the words Defense Base Act or DBA and list the contract covered. Failure to provide proof of coverage may result in termination of the contract. DFARS 252.225-7040 - Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States (SPOT) Upon award, this clause shall require contractor to register personnel on the Government website or manually as provided in the Performance Work Statement (PWS). Prevention of Sexual Harassment Training As described in the PWS, upon award, the contractor is required to provide training to all workers that will perform on the US camp. Certification of this training must be provided to the Government prior to performance and be updated annually. DFARS 252.232-7003 Electronic Submission of Payment Requests. The Government will utilize Wide Area Work-Flow (WAWF) as the electronic method to receive payment requests. Prior to contract award, the successful quoter shall be registered in CCR and therefore be able to utilize WAWF for invoicing. If an quoter is unable to be CCR registered or utilize WAWF, the quoter shall provide an explanation in the quote. See additional information on WAWF in the solicitation. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offers-Commercial Items; ADDENDUM TO 52.212-1(b)(5) Instructions to Offerors 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications, Schedule, and price); 52.225-14 Inconsistency between English Version and Translation of Contract; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings; 252.201-7000 Contracting officer's representative; 252.203-7002 Display of DoD hotline poster, 252.222-7002 Compliance with Local Labor Laws (Overseas). 252.225-7041 Correspondence in English. ; 252.225-7042, Authorization to Perform; 252.229-7000 Invoices Exclusive of Taxes or Duties; 252.232-7008 Assignment of claims (overseas).; 252.232-7010 Levies on Contract Payments; 252.233-7001 Choice of law (overseas). 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer 52.217-8 Option to Extend Services ; 52.222-50 Combating Trafficking in Persons; 52.228-3 Workers' Compensation Insurance (Defense Base Act).; 52.252-1 Solicitation Provisions Incorporated by Reference; 5 2.252-2 Clauses Incorporated by Reference; 2 52.225-7043 Antiterrorism/force protection policy for defense contractors outside the United States. FAR 52.247-34 F.O.B. Destination;; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 2 52.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.243-7001 Pricing of Contract Modifications. 252.204-7008 Requirements for Contracts Involving Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. The quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov. Submit quotes to via email, marilyn.euseary@kuwait.swa.army.mil and Eric.P.Williams@kuwait.swa.army.mil with a courtesy copy to sandra.e.ortiz@kuwait.swa.army.mil Quotes are due by 08 July 2010 by 3:00PM Local time. Submission of hand carried quotes or quotes via fax will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4b49252c5d187233156c13d83ccb665e)
- Place of Performance
- Address: Kuwait Contracting Command (PARC SWA, 408th CSB) ATTN: ASG-KU-DOC, Camp Arifjan, Kuwait APO AE
- Zip Code: 09366
- Zip Code: 09366
- Record
- SN02189285-W 20100627/100625235531-4b49252c5d187233156c13d83ccb665e (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 |