|
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145Federal Emergency Management Agcy, Acquisition Operations Division, 500
C Street, S.W., Room 350, Washington, DC 20472 70 -- GLOBAL POSITIONING SYSTEM (GPS) SOL EMW-1998-RQ-GPS DUE 080798
POC Corwin Kirby/(202) 646-4585 E-MAIL: Contact Contract Specialist
Corwin Kirby, Corwin.Kirby@FEMA.gov. This is a combined
synopsis/solicitation for a Global Positioning System (GPS) prepared in
accordance with the format in FAR Subpart 12.6 and issued under the
authority of FAR Subpart 13.5 -- "Test Program for Certain Commercial
Items." FAR Part 13 -- Simplified Acquisition Procedures. This
announcement constitutes the only solicitation for this requirement.
Written quotations are being requested and a written solicitation will
not be issued. The solicitation number is EMW-1998-RQ-GPS. The
solicitation is being issued as a request for quotation (RFQ). This
procurement is set-aside for small business. It is anticipated that a
purchase order will be issued for this requirement. The minimum
quantity shall be eighteen (18) sets of the GPS system as specified
below, which includes training and maintenance, installation of
software, and technical support. 1.0-SCOPE-The system shall be able to
track valued equipment via satellite through a transponder located on
FEMA-owned equipment. 2.0-PURPOSE-The system must be able to provide
critical location information anywhere in the United States and its
territories-as a minimum. The system shall be operational for ground,
sea or aerial port transportation vehicles. 3.0-SYSTEM DESCRIPTION: The
system shall consist of the following requirements, but not limited to:
18 Antenna Control Units; A. 18 Sets of battery power connector cables
and trailer mounting brackets; B. 18 portable solar battery packs; C.
Software package (including contractor installation) and automatic
upgrades; D. 18 sets of related manuals, descriptive literature, and
documentation; E. Contractor surveillance services; F. The contractor
shall provide training of FEMA personnel (6 people) on the entire
system; and G. Complete maintenance and on-site (if
necessary)/telephone technical support shall be provided at least for
one (1) year. 4.0-SCHEDULE FOR DELIVERY AND SUPPORT-The successful
bidder shall install a completely tested and operational system, train
FEMA personnel and deliver all required documentation within 45
calendar days after award of a purchase order. All shipping cost,
required technical staff, and vendor travel shall be included in the
total costs. Software shall be installed as follows: (1.) One (1)
Desktop installation and 1 Notebook installation at: FEMA/OS-LG, 500 C
Street, SW; RM 517 Attn: Carole Wood, Washington, DC 20472. (2) Two
(2) Desktop installations and four (4) Notebook installations at: FEMA
Logistics Readiness, Attn: Ron Cooper, 19844 Blueridge Mountain Road;
Bluemont, VA 20135. Hardware shall be delivered as follows: 18 Trailer
Units delivered to: FEMA ALC-Operations Attn: Ron Cooper, 19844
Blueridge Mountain Road, Bluemont, VA 20135. 5.0-TESTING, TRAINING, AND
TECHNICAL SUPPORT-The vendor shall install and completely test all
software before the government will accept the tracking system. During
testing, the vendor will install at least one (1) set of hardware at
the Mount Weather location (see address above) and fully test all 18
hardware sets. The testing phase shall be up to fourteen (14) days
after the delivery of equipment in accordance with the schedule above,
at the discretion of the Project Officer or an authorized technical
representative. The project officer may elect to accept all equipment
and software sooner than 14 days. After at least a 14 day testing
period, if all equipment is not fully operational to FEMA's
satisfaction, the government reserves the right to cancel the order
immediately. All costs during the testing phase, prior to acceptance of
hardware, software, and/or firmware by the FEMA Project Officer, shall
be borne by the contractor. The contractor shall provide initial
hands-on training, at the Washington, DC and Bluemont, Virginia
delivery locations five (5) days after acceptance of hardware,
software, and/or firmware by the government. Eight (8) sets of manuals
and other training documents shall be provided at time of training.
Training shall be completed within 14 days from the start of training
activities. Training shall include software operation, system reporting
and monitoring features as well as hardware preventive maintenance. The
contractor shall provide a 24-hour-a-day technical point of contact to
assist with the resolution of any abnormal conditions that may arise
and to assist with the use of the software application during the life
of the purchase order. 6.0-WARRANTY/DELIVERY-It is required that
warranty information will be provided with your quotation. Submission
of descriptive literature is required for this procurement. Descriptive
literature shall be provided detailing the overall dimensions and
technical capabilities that shall prove that the item(s) being offered
meets the Government's minimum requirements and that the equipment
offered is capable of functioning as complete system as stated in the
specifications. The specified warranty/descriptive literature will be
evaluated to the extent of determining before award whether the
products offered meet the Government's minimum requirements and are
capable of functioning as a complete system. The contractor will
specify best delivery time ARO. All deliveries shall be FOB
destination. 7.0-YEAR 2000 COMPLIANT-The Contractor warrants that each
non-commercial item of hardware, software, and firmware delivered or
developed under this purchase order shall be able to accurately process
date data (including, but not limited to, calculating, comparing, and
sequencing) from, into, and between the twentieth and twenty-first
centuries, including leap year calculations, when used in accordance
with the item documentation provided by the contractor, provided that
all listed or unlisted items (e.g. hardware, software, firmware) used
in combination with such listed item properly exchange date data with
it. Purchased items must perform as a system in accordance with the
Contractor's warranty. That warranty shall apply to the purchased items
as a system. The duration of this warranty and the remedies available
to the Government for breach of this warranty shall be as defined in,
and subject to, the terms and limitations of any general warranty
provisions, provided that not withstanding any provision to the
contrary in such warranty provisions(s), or in the absence of any such
provision(s), the repair or replacement of any listed item whose
non-compliance is discovered and made known to the contractor in
writing within ninety (90) days after acceptance. Nothing in this
warranty shall be construed to limit any rights or remedies the
Government may otherwise have under this contract with respect to
defects other than Year 2000 performance. 8.0-EVALUATION-The Contractor
must meet all requirements detailed in this synopsis/solicitation. It
is anticipated that a firm-fixed price single award purchase order will
result from this RFQ. The government will award a purchase order to the
contractor that provides the greatest overall benefit in response to
this synopsis/solicitation including price and related factors -- this
is a best value procurement. Past performance will be evaluated. The
selected contractor must demonstrate an acceptable past performance
record by submitting the names and telephone numbers of at least two
(2) commercial and/or government clients that will verify the quality
of the product(s). All requirements identified in this notice must be
met by an offeror's GPS package in order for it to be considered for
award. Failure to meet any of the requirements will eliminate the
proposed product from further consideration. Failure of an offeror to
submit descriptive literature for a proposed product will result in
that product being rejected from further consideration. Further,
descriptive literature, which fails to show that the proposed product
complies with the requirements stated above, will result in the
rejection of that product. Bidders are to include a completed copy of
the provisions at 52.121-3-Offeror Representations and
Certifications-Commercial Items with their bid. The following clauses
also apply: 52.212-1 Instructions to Offeror-Commercial Items, 52.21.-2
Evaluation-Commercial Items, 52.212-4 Contract Terms and
Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions
Required to Implement Statues or Executive Orders-Commercial Items,
52.203-6 Restrictions on Subcontractor Sales to the Government, with
Alternate I (41 USC 253g and 10 USC2402), 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity (41 USC 423), 52.219-8
Utilization Small Business Concerns and Small Disadvantage Business
Concerns {15 USC 637 (d) (2) and (3)}, 52.222-26 Equal Opportunity (EO
11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 USC 4212) 52.222-36 Affirmative Action for
Handicapped Workers (29 USC 793), 52.222-37 Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (38 USC
4212), 52.225-3 Buy American Act-Supplies, 52.232-33 Mandatory
Information for Electronic Funds Transfer Payment. The following
provision also applies: 52.214-21 Descriptive Literature. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-04. The clauses are
incorporated by reference, with the same force and effect as if they
were given in full text. Clauses can be viewed in full text at the
following Internet Addresses: WWW.ARNET.gov and WWW.GSA.gov/FAR/.
Quotes are being solicited on an unrestricted basis. The due date for
submission of proposals is August 5th, 1998 at 10:00 AM to FEMA,
FM-AO-RP, Attn: Corwin Kirby -- Room 350, 500 C Street, SW, Washington,
DC 20472. All requests for information regarding this solicitation are
to be directed to Corwin Kirby, Contract Specialist -- (202) 646-4585
or H. Robert Weiss, Contracting Officer at (202) 646-3748. Technical
and/or administrative questions must be received no later than three
(3) business days after publication of this notice and may be
tele-faxed to (202) 646-2970 or (202) 646-3841, or mailed to the
address for submission of proposals shown above. Or, you can E-Mail
your questions to Corwin.Kirby@FEMA.gov. In order to prepare the
offeror's mailing list as well as distribution of possible amendments
to the solicitation, please fax your company's name, address, telephone
and fax numbers, and point of contact as soon as possible. Failure to
do so will preclude FEMA from the responsibility of providing you with
possible amendments or other required information. It is the vendor's
responsibility to make sure that the named FEMA representative has
received all faxed and/or E-mailed information. Offerors are
responsible to comply with this notice and any amendments thereto.
Posted 07/23/98 (W-SN227818). (0204) Loren Data Corp. http://www.ld.com (SYN# 0438 19980727\70-0011.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|