Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2012 FBO #3961
SOLICITATION NOTICE

58 -- UMTS Network - Request for quote

Notice Date
9/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
LDCAD-5-0214
 
Archive Date
10/12/2012
 
Point of Contact
Dion Benton, Phone: 6182569274
 
E-Mail Address
dion.benton@us.af.mil
(dion.benton@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Request for quote This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This synopsis solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-37 dated 14 October 2009, DFARS change notice 20091123, and Air Force Acquisition Circular 2009-1030. This solicitation is a Request for Quotation (RFQ), reference number LGCAD-5-0214. Submission of written quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Verbal offers will not be accepted. The 802nd CONS will issue a purchase order to the vendor who is determined to offer the best value to the Government. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. The proposal must be valid until 30 Sep 2012. This is a 100% small business set aside. The NAICS code is 517410 with a size standard of $15M. The description for this requirement is as follows: The Government's requirement is UMTS Network at Lackland AFB, TX., and are described and required as follows. ITEM DESCRIPTION Qty Unit Unit Price Total Cost 0001 PN: Pico MSC/RNC: to include following components: Server Platform for MSC and RNC; MSC/RNC Infinite Software License; NodeB Software License for 2 NodeBs; Adaptive Multi-Rate (AMR) Codec software license; Authentication Center (AUC) supporting MILENAGE; Short Message Service Center (SMSC); MTP Software to support Transcoding and DTMF; 3G GPRS Service Node (GSN) Software License for up to 50 users 1 EA 0002 PN: Pico-MSC/RNC: to include the following components: UMTS MSC Platform including: Server Platform for MSC and RNC; MSC/RNC Infinite Software License; NodeB Software License for 1 NodeB; Adaptive Multi-Rate (AMR) Codec software license; Authentication Center (AUC) supporting MILENAGE; Short Message Service Center (SMSC); MTP Software to support Transcoding and DTMF; 3G GPRS Service Node (GSN) Software License for up to 50 users 1 EA 0003 PN: NodeB-Pico-XXX: IP based 16CE UMTS Pico NodeB (2100MHz or AWS band) 3 EA 0004 PN: NodeB-REP-Pico: NodeB Range Enhancement Package including PA, Duplexer Filter and PSU 3 EA 0005 PN: AntPico Kit: UMTS Pico Omni Antenna Kit 3 EA 0006 Remote Technical Support (8x5, M-F). This Technical Support Plan covers a period of 3 years and is renewable annually afterwards. 3 EA 0007 PN: BTSX-160MNI: BTS Expansion Site 16-channel Single-Band 1800 MHz (demonstration unit) 2 EA 0008 PN: HANDSET-3G: UMTS 3G handset with battery and charger 30 EA 0009 Shipping 1 EA Total Cost To be eligible to receive an award resulting from this RFQ, the apparent successful offeror must be registered in the DoD System for Award Management (SAM) database prior to award, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror http://www.bpn.gov/orca Representations and Certifications Commercial Items at website. The following clauses and provisions are applicable to this solicitation. FAR 2.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.219-6, Notice of total Small Business Set-Aside; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 2542.232-7003, Electronic Submission Requests. Clauses incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). All clauses and provisions may be accessed electronically at http: //farsite.hill.af.mil or www.arnet.gov. Offers may be faxed to 210-671-3360, attention: SSgt Dion Benton or emailed to dion.benton@lackland.af.mil or mailed to 802nd Contracting Squadron/LGCAD, 1655 Selfridge Avenue, Lackland AFB, TX 78236, must be received not later than 27 September 2012, 12:00 PM Central Time. Questions may be emailed to SSgt Dion Benton at dion.benton@lackland.af.mil.,210 671-1727, Dorothy A. Coleman is the contracting officer for this procurement and may be reached at 210-671-1728. Special Notes and Instructions: 1. This is a notice that this order is a total set-aside for a small business concern. Only quotes submitted by a small business concern will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. (For full text reference, go to www.arnet.gov or http://farsite.hill.af.mil.) Select appropriate set aside clause: FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011). FAR 52.219-13 Notice of Set-Aside of Orders (NOV 2011). FAR 52.219-14 Limitations on Subcontracting (NOV 2011). 2. Basis for Award. The 802nd CONS will issue a purchase order to the vendor who is determined to offer the best value to the Government. 3. Best Value Determination. To qualify for award, the agency must find the quote technically acceptable. Otherwise, a finding of technical unacceptability will render the quote ineligible for award in the absence of discussions. To qualify as technically acceptable, the proposed product must meet the brand name description for each contract line item. If proposing an equal product in lieu of the brand name, the equal product must meet the salient characteristics listed in the solicitation for each line item to qualify as technically acceptable. The agency will first evaluate the lowest priced quote for technical acceptability. If that quote qualifies as technically acceptable, evaluation will stop at that point and that quote will receive award as that quote represents the best value. If the lowest priced quote does not garner a technically acceptable rating, the evaluation process will continue until the agency finds a technically acceptable quote at which point evaluation will stop and that quote will receive award as that quote represents the best value. The agency intends to award on initial quotes without conducting discussions but reserves the right to conduct discussions if deemed necessary. 4. Refer to the Statement of Work dated 25 September 2012, Attachment 1. 5. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current (legacy for On-line Registration and Certifications Application (ORCA). To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. 6. Discussions. The government intends to award a purchase order without discussions with respectivevendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. 7. Brand Name or Equal. When using an "Equal product" to substitute the requested brand name product, the contractor must include the following: (1) MFG name, (2) Part Number, (3) illustrations, and (4) literature or description to support equal product substitution in your RFQ submission. Details of the requesting product to fulfill requirement must be met. If proposing an equal product rather than the brand name, include MFG name, part number, illustrations, and descriptive literature with your proposal showing that the proposed equal product meets the salient characteristics listed for each item in this solicitation. The agency will evaluate each proposed equal product using this information. Failure to include the information stated above or failure of the product to meet the salient characteristics will render the product technically unacceptable and ineligible for award in the absence of discussions. Please reference Statement of work paragraph 4 which contains the specific salient characteristics. Please email quotes no later than 12:00 Noon CST, 27 Sept 2012, or sooner if possible to:Dion Benton, E-mail: dion.benton@us.af.mil, Ph: (210) 671-1727. Failure of the offer to arrive in Dion Benton's email address by the time and date for submission of offers will render the offer late and inelgible for award. Please refer to FAR 52.212-3 Offerors Representation & Certifications - Commercial Items. For full text reference, go to www.arnet.gov or http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/LDCAD-5-0214/listing.html)
 
Place of Performance
Address: Lackland AFB, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02899854-W 20120928/120927000150-cbb07e692f3058a7c31464e4f11b0d3e (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.