Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

99 -- SATELLITE SYSTEMS

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK10-T-0375
 
Response Due
8/16/2010
 
Archive Date
10/15/2010
 
Point of Contact
Kevin Hawk, 410-436-6202
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(kevin.a.hawk@us.army.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 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. 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-10-T-0375. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 517410 and the Business Size Standard is 500. The Government contemplates award of a Firm-Fixed Price contract. Description of Requirement: Satellite Requirements QTYITEM NAME MFG 21200 Series Auto-deploy satellite system w/ 6-Watt transmitter (BUC)iNetVu 27000 Series Controller, rack mounting kitiNetVu 2Infinity 5100 Modem, rack mounting kitiDirect 2Installation hardware/mounting plateN/A 224 month iDirect service 4Mb/1Mb (CIR 2Mbps down, 640Kbps up)N/A 2Detailed Instruction Manual (both printed and electronically)N/A Salient Characteristics and Functional Elements: Contractor shall provide satellite equipment, hardware, tools and service plan(s) required to enable two mobile command post trailers with commercial internet. Hardware and equipment shall be mounted on two fifth-wheel or semi trailers. Satellite dish shall be mountable on the top of a fifth-wheel or semi trailer. Other satellite equipment shall be mountable in 19 rack. The satellite equipment and service shall provide iDirect commercial internet access at locations within the CONUS at the throughput rates specified below (AMC-4, Ku-Band No. America). There is no need to interconnect the two systems in any way, any interconnections will be tunneled over the internet. There is no requirement for an iDirect Hub and we do not currently own an iDirect Hub. Satellite equipment shall auto deploy and auto align to sky in under 5 minutes and shall be push-button operated. Commercial internet is to include up to 4Mbps down, 1Mbps up (with a minimum CIR of 2Mbps down, 640Kbps up) per unit. Monthly limits on throughput must be at least 15GB (10GB down, 5GB up) per unit, per month without degradation of speed or additional charges. Any additional charges for exceeding the monthly throughput limits must be disclosed. Warm Standby/Daily Use Model is acceptable. A contention ratio of 20:1 is required. A guaranteed network uptime of greater than 90% is required. Must be able to provide commercial internet to provide access to internet services including WWW, email, IPSEC VPN, etc. No encryption is required. The two mobile command post trailers will be independently deployed to various locations within the CONUS. Must provide 24 hours a day, 7 days a week telephone support. Also provide shipping of equipment and antennas to APG, MD 21005. Delivery and installation dates are no later than 60 days after contract award. This is a Small Business Set Aside requirement. REQUIREMENT FOR DESCRIPTIVE LITERATURE Descriptive literature as specified in this Request for Quotation (RFQ) must be furnished as a part of the quotation and must be received before the time set for closing quotations. The literature furnished must be identified to show the item(s) to be provided meet the specifications outlined in the RFQ or meets the salient characteristics associated with the brand and part number listed. Failure of descriptive literature to show that the product(s) offered conform(s) to the specifications and other requirements will require determination of a technically unacceptable offer. Failure to furnish the descriptive literature before closing date of the RFQ will require determination that a proposal is technically unacceptable. The Government will also consider the quoted price as an indicator as to whether or not the offeror understands the commodity/equipment being solicited in this RFQ. Quotations with unbalanced pricing will result in a determination that a Quotation is technically unacceptable. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. The above requirement/items are for Brand Name or Equal Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand name or Equal 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand name or Equal 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Pre ference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. This solicitation is eligible for the HQ, AMC-Level Protest Program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. Provision ACCAI 515.233-9000, HQ AMC Level Protest Probram is applicable. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 10:00 AM EST August 16, 2010 emailed to kevin.a.hawk@us.army.mil at the US Army Research, Development and Engineering Command (RDECOM), Aberdeen Installation Contracting Division Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Kevin Hawk, Contract Specialist, via email at kevin.a.hawk@us.army.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5d9f028559596439ee685ff3c46cd19f)
 
Place of Performance
Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02223978-W 20100801/100730235148-5d9f028559596439ee685ff3c46cd19f (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.