SOLICITATION NOTICE
58 -- Combined Synopsis/Solicitation
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-12-T-0266
- Response Due
- 9/19/2012
- Archive Date
- 11/18/2012
- Point of Contact
- Debra Santos, 719 526-1952
- E-Mail Address
-
MICC - Fort Carson
(debra.santos3@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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. Request for Quotations Vocera Badges and Accessories 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. Quotations are being requested, and a written solicitation will not be issued. Quotations shall reference solicitation number W911RZ-12-T-0266. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, dated 27 August 2012. Fort Carson, Colorado, intends to award a firm-fixed-price contract for Vocera Badges and Accessories, to include a 2-year warranty and software upgrade for the badges. The North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750 employees. This requirement is set-aside for Service-Disabled Veteran Owned Small Businesses. Offers shall propose prices for all of the following Contract Line Item Numbers (CLINs): CLIN 0001 B2000 Black Badge with BioCote Protective SleeveQty: 55 Brand Name Only: Vocera Communications, Inc. part # 220-01742 Unit Price $ _________ Total Cost $ _________ CLIN 0002 Black Extended Life Badge BatteryQty: 65 Brand Name Only: Vocera Communications, Inc. part # 230-00532 Unit Price $ _________ Total Cost $ _________ CLIN 0003 Badge Lanyards, 25-Pack Qty: 2 Brand Name Only: Vocera Communications, Inc. part # 230-01044 Unit Price $ _________ Total Cost $ _________ CLIN 0004 Badge Universal Clip, 25-PackQty: 2 Brand Name Only: Vocera Communications, Inc. part # 230-04045 Unit Price $ _________ Total Cost $ _________ CLIN 0005 B2000 Standard 2-year Warranty Extension (per badge)Qty: 55 Brand Name Only: Vocera Communications, Inc. part # 920-01460 Unit Price $ _________ Total Cost $ _________ CLIN 0006 Software Upgrade for B2000 Badges V1.0Qty: 55 Brand Name Only: Vocera Communications, Inc. part # 261-01916 FIPS 140-2 Unit Price $ _________ Total Cost $ _________ Total Price for all CLINS $____________ Delivery Date: (30 Days ARO)_________________________ Tax ID Number: ___________________ Cage Code: ___________________ DUNS Number: ___________________ The following Federal Acquisition Regulation (FAR) provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ 52.212-1 Instructions to Offerors Commercial Items 52.212-2 Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. 52.212-3 Offeror Representations and Certifications- Commercial Items 52.212-3 Alt I Certifications and & Representations 252.212-7000 Offeror Representations and Certifications-Commercial Items 252.225-7031 Secondary Arab Boycott of Israel The following FAR clauses are applicable to this acquisition: 52.204-99 System for Award Management Registration (Deviation) 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. 52.209-6 Protecting the Government's Interest when sub contracting 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 334220. 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.223-18 Ban on texting and driving 52.247-34 FOB Destination 52.252-2 Clauses Included by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil The following DFARS clauses are applicable to this acquisition: 252.211-7003 Alt I Item Identification and Valuation 252.225-7002Qualifying country sources as subcontractors 252. 232-7010Levies on Contract Payments 252.243-7001Pricing of Contract Modifications 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.203-7000 Req. relating to Comp. of former DOD Officials 252.204-7004 Alt A System for Award Management Registration (Deviation) 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Local Information: ALTERNATE DISPUTES RESOLUTION: In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (g) the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. EMERGENCY MEDICAL TREATMENT: Contractor personnel requiring emergency medical treatment during performance of contract requirements may be transported to Fort Carson medical facilities. However, they will be transferred to civilian medical facilities as soon as practicable. Any care provided by Fort Carson shall be at the Contractor's expense. FIRE PREVENTION: The Contractor shall comply with fire prevention practices as set forth by the National Fire Protection Association in the National Fire Code and other recognized fire prevention agencies and post regulations. OPERATION OF PRIVATELY OWNED VEHICLES: Contractor employees operating privately owned vehicles on Fort Carson shall be required to comply with all applicable traffic laws, parking restrictions, and restricted area requirements (FC Suppl. No. 1 to AR 190.5) 5152.233-4000 AMC-LEVEL PROTEST PROGRAM: If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. QUESTIONS: All questions regarding this solicitation must be received in writing via e-mail to Debra L. Santos (debra.l.santos8.civ@mail.mil no later than (NLT) 5:00 PM MT 17 September 2012. QUOTATIONS DUE: Quotations shall be received no later than 5:00PM Mountain Time on 19 September 2012. Quotations received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotations shall be submitted via e-mail to debra.l.santos8.civ@mail.mil. No phone calls or faxes will be accepted. Contractors are required to be registered in System for Award Management (SAM) prior to submitting invoices. Contractors can register in SAM at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/64724718bcacd1432bc6782958602460)
- Place of Performance
- Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02882959-W 20120916/120914235746-64724718bcacd1432bc6782958602460 (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 |