Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

69 -- WIRELESS TRACKING SYSTEM - STATEMENT OF WORK

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
483-10MR-5488-1
 
Archive Date
9/22/2010
 
Point of Contact
RHONDA SIZEMORE, Phone: 304-256-3538
 
E-Mail Address
sizemore.rhonda@dol.gov
(sizemore.rhonda@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Description of work/product requirements This is a re-advertisement of soliciation 483-10MR-5488. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. The solicitation number is 483-10MR-5488-1, assigned for tracking purposes only, and is issued as a Request for Quotes. No other solicitation will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This requirement is a Small Business set aside and only qualified offerors may submit quotes. MSHA seeks vendors that can provide all parts, equipment, installation, training, and on site technical support services for a wireless tracking system at its Mine Simulation Lab, 1301 Airport Road, Beaver, WV, 25813. Vendors must be able to provide the following: 1. Wireless Tracking System (see attached Statement of Work for details of system requirements) 2. Twelve (12) hand-held radios (see attachment Statement of Work for details of required capabilities) 3. Full and complete installation of system 4. In-depth, on-site training for users 5. On site technical support for 24 months 6. Rechargeable accessories for all devices 7. Carrying cases for all devices and attachments A firm fixed price contract is anticipated for all of the above. Quote packages must include the following: 1. Company name, address, and phone number 2. Company DUNS number and business size 3. A price breakdown of equipment, labor, and services 4. Brand and specifications of system being proposed 5. Warranty information 6. How vendor proposes to provide technical support 7. How vendor proposes to respond to service calls 8. How vendor proposes to provide in-depth training 9. Delivery schedule 10. Technical capabilities statement 11. Past performance references for similar work performed The system specifications described in the quote package must be sufficient enough to determine whether the proposed wireless tracking system meets all the requirements listed in Paragraph 3 of the Statement of Work. Delivery of all equipment and parts must be made within two (2) weeks after receipt of order (ARO). Installation and training must be completed within three (3) weeks after receipt of order (ARO). Delivery address is US Department of Labor, MSHA, Attn: Ed Newcomb, 1301 Airport Road, Beaver, WV, 25813. A minimum one year warranty on all parts and labor is required. Contractor must be on site within 48 hours of any service calls (see attachment for details). Site visit: A site visit was previously held on July 13, 2010. If you did not attend this site visit, you are highly encouraged to e-mail Contracting Officer, Rhonda Sizemore, at Sizemore.Rhonda@dol.gov no later than 12:00 noon Friday, August 13, 2010 to obtain a date/time for a site visit. It is anticipated the site visit will be scheduled sometime during the week of August 16, 2010. Any questions are due by 12:00 noon Tuesday, August 24, 2010. Questions must be submitted via e-mail to Contracting Officer Rhonda Sizemore at Sizemore.Rhonda@dol.gov. Questions not received by this deadline may not be considered. Answers to all questions will be posted to FBO as soon as possible after this date, but in sufficient time for final quote to be prepared and submitted. Shipping must be FOB destination CONUS, which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov. The selected Offeror must comply with the following commercial terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52-212-3 Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. The provisions at FAR 52.212-2 Evaluation - Commercial Items applies to this solicitation. The specific evaluation factors to be included in paragraph (a) of that provision are: 1. Technical Capability -- A. Experience -- B. Product Quality -- C. Turnaround time (Delivery and ability to respond to service calls within 48 hours) 2. Past Performance Technical and past performance, when combined, are more important than price. Award will be made based on best value to the government. Offerors shall submit quote packages structured as follows: Volume I: Technical Volume II: Past performance Volume III: Pricing Past performance references shall be for work similar in nature and size of this requirement. Past performance information shall include the name, address, current telephone number, contract amount, period of performance, and a brief description of work done or in progress. Pricing shall be submitted as a separate attachment. No reference to pricing shall be included in either of the other volumes. FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.219-28, 52.222-3, 52.225-13, and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Quotes are due no later than 5:00 p.m., Tuesday, September 7, 2010, and may be submitted either electronically to Contracting Officer Rhonda Sizemore at Sizemore.Rhonda@dol.gov or by hard copy to her at USDOL-MSHA, 1301 Airport Road, Beaver, WV, 25813. No Vista or Zip files. Only PDF files or files compatible with Microsoft Word 2003 and Microsoft Excel 2003 can be opened.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/483-10MR-5488-1/listing.html)
 
Place of Performance
Address: NATIONAL MINE HEALTH AND SAFETY ACADEMY, MINE SAFETY AND HEALTH ADMINISTRATION, 1301 AIRPORT ROAD, BEAVER, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02235981-W 20100812/100811000452-637d2b439face24eeb3b5a47f59ba4bb (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.