Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

58 -- Satellite-on-the-Move/Modular Network System

Notice Date
9/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK11T0064
 
Response Due
10/5/2011
 
Archive Date
12/4/2011
 
Point of Contact
Vicky Wei, 4073845389
 
E-Mail Address
PEO STRI Acquisition Center
(guo.wei1@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being required and a written solicitation will not be issued. Solicitation W900KK-11-T-0064 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. The North America Industry Classification System (NAICS) code applicable to this procurement is 517410, Satellite Telecommunications, with small business size standards in 15 Millions of dollars. This acquisition is being solicited as a 100% Small Business (SB) Set-Aside. Contract Type: This is a Firm Fixed Price (FFP) contract CLIN Structure: CLIN 0001, Network System, l Lot, CLIN 0002, Operational Training, l Lot, Requirement: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Orlando, Florida, has a requirement through Program Executive Office for Enterprise Information Systems (PEO EIS), Project Manager Defense Communications and Army Transmission Systems (PM DCATS), and Product Manager Defense Wide Transmission Systems (PM DWTS) to procure a portable, modular, baseband satellite communications system to be assessed by the U.S. Army Signal Center of Excellence (SIGCoE) as to utility and suitability. The SIGCoE is the U.S. Army's proponent for communications and transmission systems. As such, it is responsible for identifying existing and emerging technologies that may be of use in support of the Army's various missions. The Battle Lab is charged with investigating and assessing systems and capabilities to identify those best suited to the unique needs of a mobile, deployed force. The purpose of this program is to procure a portable, modular satellite and Internet Protocol (IP) network baseband communications systems on which the Battle Lab will conduct a Front End Analysis (FEA) of its ability to extend existing communications systems beyond the tactical edge and/or establish a communications network where none exists for both mounted and dismounted troops. The data obtained from this FEA will be used to complete a full Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel, and Facilities (DOTMLPF) assessment to support future acquisition decisions. Period of Performance The contractor's communication system shall be delivered to the Battle Lab not later than thirty (30) days after contract award. (FOB Destination). The period of performance for this contract is twelve (12) months from contract award. Applicable Clauses: The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.202-1, Definitions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. In addition to the instruction in this clause, Offerors must submit the following quotation content: Technical Approach: The Offeror shall provide product literature and specification information cross-indexed to applicable parts of the SOW. The Offeror's quotation shall clearly demonstrate its ability to meet or exceed the SOW specifications. The quotation must also demonstrate the ability to perform Operational Training. Statements that the Offeror understands and will meet the SOW requirements are inadequate. Paraphrasing or reiteration of the SOW or parts thereof is similarly inadequate, as are phrases such as "standard procedures will be employed" or "well-known techniques will be used." Past Performance: The Offeror shall submit at least three (3) contracts awarded where the Offeror has previously provided the similar work. This section shall contain: model number, quantity sold, delivery schedule of previous contracts. Include the names of the Procuring Contracting Officer and Contracting Officers Representative along with their telephone numbers. Price: Offerors shall provide completed pricing for CLINS 0001-0002 and cost breakdowns. The Offeror shall provide an acceptable labor mix and appropriate number of hours for CLIN0002. The price proposed shall include all costs to meet all of the requirements of this solicitation. Pricing information shall not be included in any volume other than Cost/Price. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor(s) which are equally weighted shall be used to evaluate offers: Technical, Past Performance and Price. Technical: The Government will evaluate relevant criteria to include, but NOT limited to: Modularity: Number of Modules, Type of Modules Portability: Ability to conform to existing vehicle mounts, fits the transit case size requirement, does not exceed weight limitations, and does not exceed vehicle power restrictions Satellite Modem: Frequency Division Multiple Access (FDMA), Time Division Multiple Access (TDMA) Compatibility: WIN-T INC 1A, Network Protocol Network Baseband and Satellite Modem: Shall conform to a standard SINCGARS vehicle mount, supports multiple network security enclaves at the CPP level. Past Performance: Past Performance of Offerors will be evaluated and determined to be acceptable when an overall satisfactory performance on similar contracts/projects completed within the past three years has been demonstrated. Price: Price will be evaluated but will not be given a rating. The Offeror's quotation will be evaluated to determine if prices for individual items are fair and reasonable. The sum total of all CLINs will be used to determine the bottom-line evaluated price costs to complete this effort. In evaluating the Price Factor, the Government will perform an evaluation to determine the fairness and reasonableness of the proposed prices in accordance with FAR 15.404-1 (b). The Government is seeking the offerors price that meets or exceeds all requirements outlined in the PWS. BASIS FOR AWARD: A single award will be made to the lowest priced Offeror that has submitted a quotation that is determined to technically acceptable by the Government. The Government will evaluate quotations for acceptability, without consideration of tradeoffs among cost and non-cost factors. The factors and standards establishing the requirements of acceptability that meets or exceeds the Government technical specification. The award will be made on the basis of initial quotations without discussions (although the right to conduct discussions, if necessary, is reserved). Offerors are therefore cautioned that each initial quotation should contain the Offeror's best terms. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition; FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation) applies to this acquisition; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.233-3 Protest After Award; FAR 52.242-13 Bankruptcy; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviation in Clauses; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; 5152.232-5011 Invoicing Instructionsand Payment (WAWF Instructions); 5152.246-5000 Standard Commercial Warranty (PEO-STRI) (SEP 2006) The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Quotation Submission: Each Offeror is requested to submit an electronic copy of your firm's quotation. The electronic version shall be submitted to the Primary Point of Contact: Contract Specialist, Ms. Vicky WEI, at guo.wei1@us.army.mil. (Secondary Point of Contact: Ms. LeMarle McKee, Contracting Officer, Email: lemarle.mckee@us.army.mil). To be considered timely, the electronic copy of your quotations must be received by the Government on time. The electronic copy must be received no later than 5:00 PM, Eastern Daylight Time (EDT), on 5 October, 2011. The Government will notify you of receipt of electronic copy by reply e-mail. Questions regarding this solicitation shall be submitted via electronic mail to the Contract Specialist at guo.wei1@us.army.mil and shall include the solicitation number in the subject line. No phone calls will be accepted. The Government will answer all questions provided those questions are received by 1700 EDT 26 September 2011. Questions received after the above referenced deadline may not be answered prior to quotation submission. The Government does not anticipate that the closing date for receipt of offers will be extended.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK11T0064/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02589271-W 20110924/110923000732-65d67a92f92bae39bbf567d4507c9f52 (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.