SOLICITATION NOTICE
D -- GSM Cellular Communications Capabilities for The Florida National Guard Joint Incident Site Communications Capability Systems (JISCC-FL)
- Notice Date
- 10/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517210
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN11T0001
- Response Due
- 11/22/2010
- Archive Date
- 1/21/2011
- Point of Contact
- Jeff D. Moore, 904-823-0552
- E-Mail Address
-
USPFO for Florida
(jeff.moore1@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. The solicitation number W911YN-11-T-0001 is issued as a request for quote (RFQ), and incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-45, effective 1 October 2010. This acquisition is utilizing procedures in FAR Subpart 13.5 -- Test Program for Certain Commercial Items and is 100% Small Business Set-Aside. Principal North American Industry Classification System code is 517210, Small business size standard is 1,500 Employees. The Government intends to place a single order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. Requirement: The Florida National Guard (FNG) requires a rapid deployable GSM cellular communications solution capable of enabling voice, SMS and data communication to any standard GSM cellular handset as described in the attached Statement of Work. The FNG has determined the need can be met with commercial items. See Statement of Work 0001 GSM Cellular Communications System 46 concurrent calls, with basic warranty 0002 GSM Cellular Communications System 14 concurrent calls, with basic warranty 0003 (Option Item) Extended Warranty per year; Evaluation of offers will be in accordance with FAR 52.212-2 based on price, technical approach, and past performance. The Government will make an award to the responsible offeror whose offer conforming to the solicitation is considered the best value. Best Value is the most advantageous offer, price and other factors considered with the Governments stated importance of evaluation criteria. Technical will be rated at a slightly higher rate than past performance, and when combined are significantly more important than the price. Offerors may use Exhibits B & C as format for submitting Past Performance information. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation Comercial Items; 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT I; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 52.252-1 -- Provisions Incorporated by Reference (http://farsite.hill.af.mil); 252.209-7001Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications -- Commercial Items; 52.209-7 Information Regarding Responsibility Matters; 52.233-2 Service of Protest Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: USPFO for Florida Attn: P&C PO Box 1008 St. Augustine, FL 32085-1008 FAX (904)823-0512 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt 1); 52.204-4 -- Printed or Copied-Double Sided on Recycled Paper; 52.204-7Central Contractor Registration; 52.209-8 Updates of Information Regarding Responsibility Matters; 52.212-4 Contract Terms and ConditionsCommercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dev.); 52.219-6 Notice of Small Business Set-Aside; 52.219-8 -- Utilization of Small Business Concerns (Dev); 52.219-14 Limitations on Subcontracting; 52.219-28Post-Award Small Business Program Representations; 52.222-3 -- Convict Labor; 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-26 -- Equal Opportunity; 52.222-36 -- Affirmative Action for Workers with Disabilities; 52.222-37Employment Reports on Special Disabled Veterans, Veterans of the Vietman Era and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50Combating Trafficking in Persons; 52.223-5 -- Pollution Prevention and Right to Know Information; 52.225-13 --Restrictions on Certain Foreign Purchases; 252.226-7001Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 -- Protest After award; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.247-34 -- F.o.b. Destination (NOV 1991); 52.252-2 -- Clauses Incorporated by Reference (http://farsite.hill.af.mil); 252.203-7000Requirements Relating to Compensation of Former DoD Officials; 252.203-7002Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 -- Alternate A; 252.205-7000Provision of Information to Cooperative Agreement Holders; 252.211-7003Item Identification and Valuation; 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.225-7021Trade Agreements; 252.225-7012 -- Preference for Certain Domestic Commodities; 252.232-7003Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010Levies on Contract Payments; 252.243-7002Requests for Equitable Adjustment; 252.247-7023Transportation of Supplies by Sea; Proposal submittal requirements: In order to be considered for an order, submit to the Contract Office the following: 1. All Representations and Certifications required in this notice; 2. Submit pricing for Items using pricing worksheet attachment, Exhibit A (indicate how long pricing will be held firm for all items); 3. Submit playback of Statement of Work addressing how the proposed product(s) will meet the stated requirements. Requirements that can not be met must be clearly stated All Questions must be submitted in writing to jeff.moore1@us.army.mil and ryan.a.leonard@us.army.mil. Questions will be posted with answers in a non-attributed manner as an attachment to the solicitation information and will become part of any resulting contract award. Questions must be received by November 19, 2010, 2:00PM EST. Submit offers in response to this synopsis/solicitation to jeff.moore1@us.army.mil and ryan.a.leonard@us.army.mil ; OR (USPS Mail) USPFO for Florida, PO Box 1008, St. Augustine, FL 32085-1008; OR (Delivery Address) USPFO for Florida, 189 Marine St., St. Augustine, FL 32084. Offers received after 2:00pm Eastern on November 22, 2010, may not be considered unless determined to be in the best interest of the government. For information regarding this solicitation, contact MAJ Jeff Moore at 904-823-0552. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN11T0001/listing.html)
- Place of Performance
- Address: USPFO for Florida 189 Marine Street, St. Augustine FL
- Zip Code: 32085-1008
- Zip Code: 32085-1008
- Record
- SN02315390-W 20101024/101022233704-128b7d340854aa76fe09b5f6a221308a (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 |