SOLICITATION NOTICE
59 -- JTE Microwave System
- Notice Date
- 9/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
- ZIP Code
- 30316-0882
- Solicitation Number
- W912JM-12-T-0017
- Response Due
- 9/24/2012
- Archive Date
- 11/23/2012
- Point of Contact
- Michelle Self, 912-966-8271
- E-Mail Address
-
USPFO for Georgia
(michelle.self@ang.af.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. 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 W912JM-12-T-0017 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) 2005-55. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 334290 and the small business size standard is 750. The following commercial items are requested in this solicitation; *Planning Model Eclipse ODU 600, 07 GHz (7125-7900MHz), TX LOW, Part Number: M-EEH-07 12 Each *ODU 600 High Power Option 1 x ODU, Part Number: EZF-51 11 Each *Eclipse Pole Mount for use with Single ODU or Protection Coupler, Part Number: 086-000000-101 15 Each *Eclipse, Intelligent Node Unit 2RU, Includes IDCE, Fan, NCCV2, Part Number: EXX-000-202 5 Each *RAC 60E, QPSK-256 QAM, High Gain, No XPIC, ACM and SYNC-E, Part Number: EXR-660-002 16 Each *DAC GE3 Gigabit Ethernet Switch Card, Part Number: EXD-181-002 5 Each *DAC 16XE1/DS1 V@, Protectable, Product Number: EXD-161-001 2 Each *Node Protection Card, Product Number: EXS-001 7 Each *AUX, Alarm I/O Card, Product Number: EXA-001 6 Each *Eclipse, Blank Panel Assy, Single Slot, Product Number: EXX-001 30 Each Power Supply, 3UX19 Shelf, Pre-Wired for up to 6 200W Module Part Number: PWR-000070-TRM 5 Each *Power Supply Module, 200W (48/4A) Plug-in Module Part Number: 4XPWR000048-TRM 5 Each *Node SW License, 150 Mbps Total Radio Payload Capacity, Product Number: EZE-08003 8 Each *NMS Cable, RJ45, Shielded, 2 Meters, Product Number: 037-579124-002 7 Each *REM MT ANT, 7. 125-7.750 GHZ, 1.2 M, UHP, Dual Pole, PDR84, WHT ENH RAD-NF, 1 PC RFL, Product Number: AND-HSX4-71-D3A/A 9 Each *REM MT ANT, 7.125-7.75 GHZ, 1.8 M, UHP, DUAL POL, PDR84, WHT TEF RAD, STD PCK 1 PC, Product Number: 086-071184-701 4 Each *Cable, ODU, 9913, with Conn/Ground Kit, 50 Meters, CNT400 CCAL Type, Product Number: 037-579311-050 10 Each *Cable, ODU, 9913, With Conn/Ground Kit. 150 Meters, CNT400 CCAL Type, Product Number: 037-579311-150 4 Each *Kit, Lightning Arrestor, Universal, 50 OHM, Male to Female W/HW, Product Number: 179-530062-002 9 Each *Flexible Waveguide, 7.125 - 8.500 GHZ, 900MM, PDR84 Flanges, Product Number: 086-079084-900 6 Each *Flex-Twist Hanger Assembly for WR112, 7/8 GHZ, Product Number: AND-244 106A-84 15 Each *Connector Kit N Type M&F 400 Type Cable, Product Number: 179-530057-001 21 Each *Type N Male Crimp Connector, Product Number: 840-600202-001 60 Each *Weather Proofing Kit, Product Number: 011-390001-001 25 Each *Cable Tie Kit, 50 PCS, Product Number: 006-371750-000 12 Each *Eclipse Technical Training at Customer Site, 3 Day, North America, Product Number: TR-NA-ECL-01C 1 Each *Eclipse Warranty Plus IW, NA&C, Coverage 24 Months, Per TR Within warranty Period, Product Number: SNA-BWXXA1002430 1 Each *Eclipse, Fan Card V2 Part Number: EXF-002 5 Each *Eclipse, Node Controller Card, Serial MGMT V2, Part Number: EXN-002 5 Each *Eclipse Node Protection Card, Product Number: EXS-001 5 Each FOB: Destination for delivery to: SMSgt Hargrave 1401 Robert B Miller Jr Dr Garden City, GA 31408 The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001 Quotes will be evaluated and a contract will be awarded to the offeror who offers the best value in accordance with the following evaluation factors for this requirement. 1. Technical 2. Past Performance 3. Price A contract will be awarded to the offeror who offers the best value in accordance with the following evaluation factors for this requirement; Technical, Past Performance, and Price. Technical combined with Past Performance is significantly more important that price however due to funding constraints price is still an important factor. Technical will carry a weight of 40% Past Performance will carry a weight of 35% Price will carry a weight of 25%. The following adjectival ratings will be used for technical ratings: Adjectival ratingDescription of adjectival rating Very GoodProposal meets solicitation requirements, demonstrates a very good understanding of the requirements and has salient features that offer significant advantage to the Government. Very good in all respects. Advantages/strengths not offset by disadvantages/weaknesses. Very good probability of success with overall very low degree of risk in meeting Government requirements. GoodProposal meets most solicitation requirements and demonstrates a good understanding of the requirements but does not offer significant advantages to the Government over basic RFP requirements. Disadvantages/weaknesses are not significant, unless significant advantages are proposed that outweigh significant disadvantages. Where there were areas of concern, clarifications, given by contractor, were acceptable. Good probability of success with overall low degree of risk in meeting the Government requirements. SatisfactoryProposal meets some but not all the RFP requirements, but offers disadvantages (weaknesses) outweighing other advantages (strengths). Examples may include little or no experience cited; weak proposal; mimics RFP language rather than expressing offeror's approach or understanding of the RFP. Probability of success considered less than full confidence. MarginalProposal meets some but not all the RFP requirements. Examples: Proposal does not address all required RFP criteria; little or no experience to the extent that Overall quality cannot be determined because of errors, omissions or deficiencies that may be capable of being corrected without a major rewrite or revision of proposal. Probability of success is questionable without further explanation by offeror. UnsatisfactoryProposal demonstrates little to no understanding of the requirements; or approach fails to adequately meet acceptable performance expectations. Proposal contains major errors; omissions or deficiencies. The following rating will be used for Past Performance Rating Risk ratingDescription of risk rating Very Low RiskVery high quality past performance. Problems, if any, were negligible and were resolved in a timely and highly effective manner. Performance was generally current and very relevant to relevant. Excellent probability of success with overall very low degree of risk in meeting Government's requirements. Low RiskGood quality past performance. Minor problems may have been identified however; contractor took satisfactory corrective actions to resolve where appropriate. Performance was current and generally very relevant to relevant. Good probability of success with overall low degree of risk in meeting the Government's requirements. Average RiskAdequate quality of past performance. Problems may have been identified and the contractor usually took adequate corrective action. Performance was current and generally very relevant to semi-relevant. Although performance exceeds expectations and was rated excellent to very good the projects submitted were generally semi-relevant to the efforts required by this solicitation. Fair probability of success with an average degree of risk in meeting the Government's requirements. Above Average RiskRather poor quality of past performance. Problems may have been identified and contractor occasionally took corrective action, but not always to the owner's satisfaction. Performance was current and generally very relevant to semi-relevant. Fair probability of success with an overall above average risk in meeting the Government's requirements. High RiskUnacceptable quality of past performance. There were problems, some of a somewhat serious to serious nature. Contractor's corrective action was sometimes marginally effective to ineffective. Performance was current and very relevant to semi-relevant. Probability of success is questionable with an unacceptably high degree of risk in meeting the Government's requirements. NeutralNo current and/or relevant performance record is identifiable upon which to base a meaningful performance risk prediction. Government personnel were unable to identify any relevant Past Performance information for the offeror or key team members/subcontractors. This is neither a negative nor a positive assessment. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items 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 (MAY 2011) (DEVIATION) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. (OCT 2003) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-6 Authorized Deviations in Clauses (April 1984) 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 252.203-7002 Required to Inform Employees of Whistleblower Rights (JAN 2009) DFARS 252.204-7008 Export-Controlled Items (April 2010) DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (April 1993) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law. (DEVIATION 2012-O0004) (JAN 2012) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SUBMISSION REQUIREMENTS. The offeror's proposal must be submitted in three parts: 1.Technical proposal 2.Past Performance 3.Price proposal 4.Company information Each of the parts shall be separate and complete so that evaluation of each may be accomplished independently. To ensure unbiased source selection, please do not make reference or indicate company identification in the Technical and Past Performance submission. The term Prime Vendor or Offeror will be used in lieu of company name. This will also include names and references that could identify the contractor. Proposals will be submitted in one copy of each format: digital format and hard copy. Font shall be in Times New Roman or Arial and will be between a 10-12 pitch. 1.Technical Proposal. Offerors are required to submit a comprehensive and complete technical proposal that demonstrates their ability to perform the work described in the Performance Work Statement (PWS). Offerors are cautioned to be responsive to all of the requirements of the PWS and provide sufficient information to allow evaluation of the proposals as listed in the Solicitation and this Synopsis. The technical proposal must be succinct, well written and presented in a clear straightforward manner in an 8.5 x 11 format. Absolutely No pricing information shall be included in the Technical proposal. For ease of evaluation, offerors are to submit the technical proposal organized into the following three parts: A. Plan of Action and Statement of Understanding. The offeror must submit a plan of action and statement of understanding in two (2) parts: a) Plan of Action--The offeror shall present a plan of action that describes the performance of the project. This should demonstrate the ability to perform the tasks that are required in the PWS. b) Statement of Understanding--The offeror shall submit a brief statement that demonstrates that he understands the mission statement and objectives the Government has established for Physician Support Services. This cannot be a repeat or mere summary of the materials provided in this RFP, but rather the offeror's statement of his understanding of that work. Part 2 is expected to be no more than two (2) pages in length. B. Personnel Staffing / Production Capabilities. The offeror shall identify all staff as appropriate. Offerors must submit brief profiles of the team, if applicable, which they propose to assign to the services. The submission should describe the capabilities, certifications and skills of each member. C. Management Plan / Quality Control. Submit a management plan that briefly explains how the team is organized to respond to the needs described for the services. The offeror should identify the overall effort proposed by the company as it relates to other work in which the company may be engaged. Key personnel should be identified along with each member's contribution to the project, as well as their commitment to other work underway or planned. Include a simple staffing/organization chart that identifies the various team members and their position on the team. In the Quality Control (QC) plan, include a description of how quality, timeliness and budgets shall be tracked and controlled, and the method of interaction and reporting to the Government. 2.Past Performance. The offeror must demonstrate, through past performance, ability to perform the work described in this RFP for the Medical Support Services. This is done by showing that they have met creative expectations, successfully executed design development and project management, possess fabrication and installation skills and capabilities, and have been on time and on budget with past projects. Submit at least three (3) and not more than six (6) project samples of similar scope and magnitude described as follows: A brief narrative about the project, no more than three (3) pages, containing but not limited to the following: Project title Purpose Client name, phone number and email address Completion date Staff involved Budget and any additional relevant information. 3.Price Proposal Proposals shall contain all the cost information and will be used to evaluate the completeness, realism, and reasonableness of the cost numbers. The cost proposal must include all costs required to perform the work under this requirement for contract. 4.Company Information Submission will include the CAGE CODE, DUNS NUMBER, BUSINESS SIZE, and TAX ID NUMBER and any additional information that is relevant. This page will be no more than 2 pages. The Government intends to evaluate proposals and make award(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Government's discretion, offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. 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 Contract Registration database at www.ccr.gov and shall be considered for award. All proposals must be submitted in hard copy by mail or digitally by email to: Denise Phillips, Contracting Officer 1401 Robert B Miller Jr Dr Garden City, GA 31408 Denise.phillips@ang.af.mil 912-966-8272 OR Michelle Self, Contracting Specialist 1401 Robert B Miller Jr Dr Garden City, GA 31408 Michelle.self@ang.af.mil 912-966-8271 Responses be received after 24 September 2012, 0900 EST will not be accepted. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-12-T-0017/listing.html)
- Place of Performance
- Address: USPFO for Georgia P.O. Box 17882, Atlanta GA
- Zip Code: 30316-0882
- Zip Code: 30316-0882
- Record
- SN02870526-W 20120908/120907000209-ef49ab0a7378a8d0e25a1a30c1ab177b (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 |