SOLICITATION NOTICE
58 -- OMNEON SERVER, INSTALLATION AND TRAINING - PEARL HARBOR, HI
- Notice Date
- 9/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060411T3232
- Point of Contact
- LAUREN TRIGGS 808-473-7505
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-11-T-3232. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541990 and the Small Business Standard is $7.0M.. The proposed contract is 100% set aside for small business concerns..For Brand Name The proposed contract action is for a brand name only. The brand name and model number of the product(s) are: OMNEON Media deck MDM-5321/SMD-2200-AA, OMNEON System Manager NSM-2007SW and OMNEON ProDrive PD-1001 In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following items, BRAND NAME ONLY CLIN 0001 “OMNEON Media deck MDM-5321/SMD-2200-AA CLIN 0002 “ OMNEON System Manager NSM-2007SW CLIN 0003 “ OMNEON ProDrive PD-1001 CLIN 0004 “ Installation IAW with Performance Work Statement, to include the following: Remove the old system and replace it with new (not remanufactured or refurbished) equipment. All existing cabling shall be replaced and new connectors or terminations shall be installed. All cables shall be appropriately labeled and identified in accordance to industry standards with indelible ink or printing. CLIN 0005 “ Training IAW with Performance Work Statement, to include the following: Shall provide an operations and preventative maintenance manual for the units installed. The Contractor shall provide a one day training session for Government personnel on-site, to enable the Government to properly operate the equipment and shall return during the 12 month warranty period for additional training requests, at no additional cost to the Government, as required. Equipment installed shall carry a one year parts and labor warranty. The Contractor shall provide one day on-site response to trouble calls, measured from time of initial call All work to be in accordance with the Performance Work Statement. Delivery Date: 30 Days ARO Delivery Location (FOB Destination): PEARL HARBOR, HI 96860 Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation “ Commercial Items; 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage “ Fringe Benefits ELECTRONICS MECHANIC, GRADE 11 $31.68 52.219-1, Small Business Concern Program Representation; 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated by Reference Quoters shall include a completed copy of 52.212-3 Offeror Representations and Certifications - Commercial Items and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003, Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A DFARS 252.211-7003, Item Identification and Valuation DFARS 252.225-7000, Buy American Act ”Balance of Payments Program Certificate DFARS 252.232-7010, Levies on Contract Payments DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 (iv) Alt III, Transportation of Supplies by Sea SUP 5252.232-9402, Wide Area Work Flow (WAWF) This announcement will close at 1:00 PM HST on 22 SEPTEMBER 2011. Quotations must be received via email by this date/time to be considered responsive. Contact Lauren Triggs, Contract Specialist, who can be reached at 808-473-7505 or via email at lauren.triggs@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The submitter should confirm receipt of submissions. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - price and technical acceptability. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3232/listing.html)
- Record
- SN02580582-W 20110918/110917000354-018ffc5bf27904957a13d53b13514eaf (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 |