SOLICITATION NOTICE
70 -- Repair & Troubleshooting Service for Andersen Command Post System
- Notice Date
- 5/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- F1C7AM1066AC01
- Archive Date
- 6/4/2011
- Point of Contact
- Lourdes V. Leon Guerrero, Phone: 6713663686
- E-Mail Address
-
lourdes.leonguerrero@andersen.af.mil
(lourdes.leonguerrero@andersen.af.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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1C7AM1066AC01 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. The NAICS code is 518210 and the small business size standard is $25m. The following commercial items are requested in this solicitation: Repair and Troubleshooting Service for Andersen AFB, Guam, Command Post System CLIN 001 - DESCRIPTION OF SERVICES. • Contractor to provide all travel, management, tools, supplies, equipment, and labor necessary to troubleshoot and repair the 734 AMS/AMCC Command Post Radio (UHF/VHF) & telephone recording system. Repair will include replacement parts on a reimbursable basis upon government approval (if required, programming, and software updates to restore the system to full operational capability). a. Wave server will not complete the boot process. Errors come up that show SATA Port A, B, and C are not found. This has caused the modems to be out of sync. UHF, VHF, and SQ LMR are inoperable over the Wave dispatch communicator system that is tied into Vesta SL-100. b. NICE Logger is inoperable and is not recording both phone or radio calls. • All prospective contractors must be qualified and certified to work Cassidian Communications (formerly Plant CML) and Vesta telephone network to ensure proper repair and maintenance of any warranties of existing equipment. Prospective Offerors must provide proof of qualifications with their proposal. CLIN 002 - PARTS Description Vendor Part Number Unit Qty WKST HP Z200 HP 61000-F204807X Ea 2 MNTR 19IN TS BLK Lenovo 63010-192809 Ea 2 4-CHANNEL, PCI SOUND CARD Midiman 04000-0LX44 Ea 2 CPI - 101 TCM 04000-01300 Ea 2 AUDIO CONTROL UNIT (ACU) PlantCML 850808-00702 Ea 2 KEYPAD 24 KEY PS2/USB Genovation 64007-50014 Ea 2 SWITCH KVM 8-PORT PS2/USB I/O Gear 04000-01040 Ea 2 V WKSTN CFG DOD SYS PlantCML 809800-29102 Ea 2 HDST, PTT 4-W BK Plantronics 02800-20200 Ea 2 V WKSTN CFG DOD SYS PlantCML 809800-29102 Ea 2 CBL PATCH 3FT, PNL TO SW Leaman American 65000-00002 Ea 2 Contractor will provide recommended period of performance; proposals with excessive or unrealistic periods of performance may be deemed unacceptable for award, FOB: Destination for delivery to Andersen AFB, Yigo, Guam 96929. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the Best Value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Lourdes Leon Guerrero at e-mail lourdes.leonguerrero@andersen.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Friday, May 20, 2011, 4:00pm Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C7AM1066AC01/listing.html)
- Place of Performance
- Address: Andersen AFB, Guam, United States
- Record
- SN02442670-W 20110510/110508233020-ee6201304f14fa860c605c354493f2d2 (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 |