SOLICITATION NOTICE
70 -- EXPANSION OF THE REAL-TIME LOCATING SYSTEM AT TOBYHANNA ARMY DEPOT, TOBYHANNA, PA 18466
- Notice Date
- 9/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-10-R-0049
- Response Due
- 9/21/2010
- Archive Date
- 11/20/2010
- Point of Contact
- Ruth Mecca, 570-615-7432
- E-Mail Address
-
Tobyhanna Depot Contracting Office (CECOM-CC)
(ruth.mecca@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. NAICS Code is 334220, 750 employees size standard. Request for Proposal (RFP) W25G1V-10-R-0049 applies. Simplified acquisition procedures at FAR Part 13.5 are being used. This action is pursued under full and open competition. Any resultant contract shall be Firm, Fixed-Price, one award. Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement to procure the Expansion of TYAD Real-Time Locating System, to include all hardware, software and services and delivery required for the expansion of TYAD Real-Time Locating System. Delivery is FOB Destination, Tobyhanna Army Depot. Tobyhanna, PA 18466. The Expansion of the Real-Time Locating System (RTLS) will meet the requirements of the Specification/Statement of Work provided at Attachment two (2) to this combined synopsis/solicitation. PROPOSAL SUBMISSION: The pricing shall be filled out as follows: CLIN 0001: $_____ Qty: 1 Lot. Supply all Hardware, Software and Services to Expand TYAD AIT Real-Time Locating System per specifications provided at Attachment 2 to this combined synopsis/solicitation. Complete pricing must be submitted forCLIN 0001, and the entire Bid Schedule provided at Attachment 2 to this combined synopsis/solicitation for offers to be considered. The competitive range established may be limited for purposes of efficiency. TECHNICAL/PAST PERFORMANCE REQUIREMENTS: PART I TECHNICAL TECHNICAL PROPOSAL REQUIREMENTS: A technical proposal is required and shall be included with the submitted offer. The technical proposal submitted must specifically demonstrate the contractors ability to accomplish the technical requirements to include the following areas emphasis: 1) Locate material with 3-meter accuracy indoors; 2) Locate material with 1.5 to 3-meter accuracy outdoors; 3) Real-Time Locating System (RTLS) system conforms to International Committee for Information Technology Standards 371.1 (INCITS 371.1) Protocol in the 2.4 GHz Zone. PART II-PAST PERFORMANCE PAST PERFORMANCE: The offeror shall provide with the submitted offer, Past Performance Information pertaining to three efforts performed during the past 3 years, which are relevant to the efforts required by this combined synopsis solicitation. The efforts performed must be similar in scope to the TYAD requirement in terms of system and services supplied. Information is to include; customer name and technical representatives name, phone number/e-mail, equipment and services supplied, dollar value of contract, period of performance, place of performance. SEE FAR CLAUSE 52.212-2 EVALUATION OF COMMERICAL ITEMS, FOR EVALUATION FACTORS FOR AWARD. Provided in Applicable Clauses at Attachment 1 to this combined synopsis/solicitation. PROPOSAL REQUIREMENTS: Pricing must be provided for CLIN 0001, and Bid Schedule provided at Attachment 2 for offers to be considered. To receive an award, the company must be registered in the Central Contractor Registration (CCR) http://www.bpn.gov/., and must be found Responsible in accordance with FAR Part 9. Parties interested in responding to this RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b, 19 thru 24,30a, and 30b; AND 30c. completed, and pricing must be included for CLIN 0001 and Bid Schedule. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5 Certification Regarding Responsibility Matters. FAR 52.212-3 ALT 1 (Offeror Representations and Certifications-Commercial Items), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation (i.e., Past Performance and Technical proposal documentation); must be submitted with your offer in order for your offer to be considered (see Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance requirements). Completed SF1449 and other information must be either faxed 570-615-7525, or a signed, scanned SF 1449 and other information can be sent electronically as a.pdf file to; ruth.mecca@us.army.mil or provided hard copy by the date specified for receipt of offers which is 2:00PM local September 21, 2010. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 2:00 PM local September 21, 2010. APPLICABLE FAR, DFARS AND LOCAL CLAUSES: See Attachment one (1) to this combined synopsis/solicitation, for all Applicable FAR, DFARS Clauses, and LOCAL CLAUSES Applicable to this combined synopsis/solicitation and any resultant award. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956 Wide Area Workflow System, which will be included in any resultant contract. AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are required to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. ANY QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED IN WRITING TO THE CONTRACT SPECIALIST, ruth.mecca@us.army.mil. THE QUESTIONS AND ANSWERS WILL BE PUBLISHED IN AN ADMENDMENT TO THIS SOLICITATION. ALL ATTACHMENTS TO THIS SOLICIATION ARE LISTED BELOW UNDER ADDITIONAL DOCUMENTATION. CLICK ON ADDITIONAL DOCUMENTS THEN CLICK ON THE ATTACHMENTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f07383e754303f5bd959f8cc488291b)
- Place of Performance
- Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN02284304-W 20100918/100916235407-6f07383e754303f5bd959f8cc488291b (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 |