Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

70 -- FCOE Kiosk

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-10-T-0182
 
Response Due
9/27/2010
 
Archive Date
11/26/2010
 
Point of Contact
Patricia Dominguez, 580-442-4017
 
E-Mail Address
Fort Sill DOC
(pat.dominguez@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. PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASS CODE: 5680 OFFICE ADDRESS: Mission and Installation Contracting Command Directorate of Contracting 1303 Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation SOL #: W9124L-10-T-0182 Response Date: 4.00 PM Central Standard Time Monday, 27 September 2010. 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; proposals are being requested and a written solicitation will not be issued. This Solicitation W9124L-10-T-0182 is a Request for Quote (RFQ) for an FCOE Kiosk, in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38, effective 10 December 2009. The North American Industrial Classification System (NAICS) number is 443120 and the business size standard is 9.0M. Applicable Wage Determination is provided. This proposed action will be competed thru GSA vendors and is unrestricted, but size status will be considered as an evaluation factor in meeting socio-economic goals. All prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html Payment will be made through World Wide Area Network (WAWF). The government will not and cannot make payment through PayPal. The following shall be delivered to CPT Knight, Randal C., 580-442-3847, Fort Sill, Oklahoma 73503-5100. Please provide quote in spaces provided below: Description: CLIN 0001- Qty: 4 each, TIPS Internet Kiosk, 19 display with printer. unit price $________ x 4 Each = extended price $________. NOTE: Provide and install at various locations on Fort Sill (provided below) complete Kiosk machines with 19 inch privacy screens, Government provided artwork on outside, speakers, all required software, including audio script of map locations, laser printer, CAC reader, all power and interface cables with 1 year warranty. Government will provide all graphics except the map. Customer shall be able to use touch screen to navigate or pull down a touch screen keyboard to type in information. Customer shall be able to find out information about Fort Sill, receive maps to activities, get resources and be able to receive answers to their questions. Customers shall have access to web site links. Fort Sill shall have the capability to access reports to monitor the use of Kiosk. Fort Sill shall be able to make changes to the menu online. Contractor shall coordinate & discuss with CPT Knight, Randal the menu items and build in the base information requested and perform setup. CLIN 0002 - Qty: 2, TIPS kiosk w/32 display. unit price $_______ x 2 Each = extended price $_________. NOTE: Provide and install at various locations on Fort Sill complete Kiosk machines with 32 inch privacy screens, Government provided artwork on outside, speakers, all required software, including audio script of map locations provided, laser printer, CAC reader, all power and interface cables with one year warranty. Government will provide all graphics except the map. Customer shall be able to use touch screen to navigate or pull down a touch screen keyboard to type in information. Customer shall be able to find out information about Fort Sill, receive maps to activities, get resources and be able to receive answers to their questions. Customers shall have access to web site links. Fort Sill shall have the capability to access reports to monitor the use of the Kiosk. Fort Sill shall be able to make changes to the menu online. CLIN 0003 RESERVED. CLIN 0004 Qty: 1, Custom Content Development. unit price $_________ x 1 Each = extended price $___________. NOTE: The required item shall provide Custom Graphics and display templates; custom internet links; wide-area maps. CLIN 0005 Qty: 1, Kiosk Data Entry. unit price $________ x 1 Each = extended price $_________. NOTE: The required item shall provide Facilities Directory Data Entry for 75 records, 375 You are here links. CLIN 0006 Qty: 1, On-site installation and training. unit price $__________ x 1 Each = extended price $___________. NOTE: On-site installation and training on equipment for 6 systems to be located at: RESILIENCY TRAINING CENTER, BLDG 2934 FIELD ARTLLERY MUSEUM FORT SILL POST EXCHANGE BLDG 4700 WELCOME CENTER ALTMAN HALL HIGH RISE DELIVERY INFORMATION - Contact CPT Knight, Randal C. for instructions prior to delivery at 580-442-3847. BREAKDOWN OF INSTALLATION: Training $___________________ Travel $___________________ Installation $_____________________ CLIN 0007 Qty: 1, Post-installation services and support. unit price $__________ x 1 Each = extended price $_________. NOTE: The required item shall include making changes to main menu, template, style sheets, etc., creating new screens, screen savers, etc., add new internet and/or intranet links/buttons and integrate into display. PERIOD OF PERFORMANCE: is 30 Days ADC. CLIN 0008 Qty: 1, Contract Manpower Report, unit price $________ x 1 Each = extended price $___________. NOTE: Accounting for Contract Service Report: Reporting for All Contract Manpower (including sub contractor manpower) required for performance of this contract. Report due NLT October 31, 2010 or after completion of service. Unit Identification Code (UIC) W907GU. Refer to website: https://cmra/army.mil// Quote should reflect FOB: Destination All Proposals shall be clearly marked with RFQ number W9124L-10-T-0182 and emailed to the POCs listed below or faxed to 580-442-8014, NLT 4.00 PM CST Monday, 27 September 2010. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Pat Dominguez @ 580-442-4017, Email: pat.dominguez@us.army.mil or Carmen G. Lee @ 580-442-3404, Fax: 580-442-8014, E-mail: carmen.g.lee@us.army.mil if you have any questions/concerns. The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil http://farsite.hill.af.mil/ FAR 52.204-7 Central Contractors Registration, FAR 52.212-4 Contract Terms and ConditionsCommercial Items, FAR 52.247-34 F.O.B. Destination, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, 252.209-7004 Subcontracting w/Firms that are Owned or Controlled by the Gov of a Terrorist Country, DFARS 252.211-7003 ALT I Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 252.203-7000, 252.225-7001. DFARS 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea Alt III, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to HQs, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft. Belvoir, VA 22060-5527. FAX (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Rm 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION(S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy is incorporated herein and made a part of hereof at attachment A. Wage Determination No.Date 05-2525 Revision 1106/15/2010 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Computer Operator I$13.61 36.26% Peripheral Equipment Operator$13.61 36.26% Technical Instructor$17.63 36.26% ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/ The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (Combo) type. DO NOT USE: The Fast Pay Option Use the following DoDAACs when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ030 Issued By: W9124L Ship To:W5K9FG NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: Randal C. Knight ACCEPTOR EMAIL:randal.knight@us.army.mil SPECIALIST EMAIL:pat.dominguez@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. GSA ONLY: EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/50660a3a5d43292feb62ea4de303e321)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02291514-W 20100923/100922000013-50660a3a5d43292feb62ea4de303e321 (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.