Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOLICITATION NOTICE

D -- Infrastructure Upgrade to P25 Compliance

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-04-R-0025
 
Response Due
8/25/2004
 
Archive Date
9/9/2004
 
Point of Contact
Jan Borges, Contract Specialist, Phone (808)449-6860 x603, Fax (808)449-7026, - Toni Schmidt, Contract Specialist, Phone (808) 449-6860 X601, Fax (808) 449-7026,
 
E-Mail Address
jan.borges@hickam.af.mil, toni.schmidt@hickam.af.mil
 
Description
This is a combined synopsis/solicitation pursuant to the Test Program for Certain Commercial Items addressed in FAR 13.5. Head Quarters Pacific Air Forces has a requirement for Upgrade to P25 Standards on an existing AMSS LMR system at Andersen Air Force Base (AFB), Guam. The infrastructure upgrade including training and maintenance will be firm fixed priced. Requirement is to upgrade and expand existing Motorola AMSS SmartNet, UHF 406 - 420 MHz, Land Mobile Radio (LMR) system at Andersen AFB, Guam to Project 25 (P25) standards compliance. The P25 wide area system will provide RF coverage for all vehicles and personnel equipped with mobile or portable radios, similar to the coverage of the existing AMSS wide area trunking system. Contractor will provide RF coverage maps after the system is procured. The contractor shall provide all personnel, tools, equipment and supervision necessary to install, integrate, optimize, and implement upgrade to UHF 380-420 MHz, National Telecommunications, and Information Administration (NTIA), 12.5 kHz-narrowband channeled, wide area, Project 25 standards compliant infrastructure. System will have the following features: digital (Project 25-defined Common Air Interface (CAI)), trunked (P25-defined control channel), Project 25 Advanced Encryption Standard (AES), Digital Encryption Standard-Output Feedback mode (DES-OFB), and National Security Agency (NSA) Type 1 encryption. Infrastructure must support Project 25-compliant mobile and portable radios produced by multiple vendors. System must fully support all features/capabilities of Motorola P25 mobile/portable subscribers as Andersen AFB has significant inventory of these assets. Over-The-Air Rekeying (OTAR) and data capability shall be provided as separate optional CLINs in proposals. The primary site will be the Santa Rosa site with 15 RF channels and a second remote RF site will be located at the Nimitz Hill site with 5 RF channels to accommodate the initial 1300 ? 1400 users. The two sites will utilize the Anderson AFB microwave system for connectivity. System must be capable of flexible expansion for both channel capacity and additional sites around Guam to accommodate future growth by other agencies, currently estimated to grow to around 3000 subscribers with 5 or more RF sites. Commercial training related to the LMR system to be installed at Andersen AFB shall also be provided. Both resident and in-field classes will be required. Consoles---System proposal will include consoles to meet the communication dispatch requirements for the Fire Department (2 operator positions plus 1 position for Fire Alt location), Security Forces (2 operator positions plus 1 for alternate location), and the 36 AW Command Post (3 operator positions) at Anderson AFB. The consoles will be fully integrated with proposed LMR infrastructure and existing telephone systems for these locations. Maintenance Support-----The contractor shall provide maintenance for a twelve-month period of time based on a 24-hour restoral time for the infrastructure equipment to include microwave transport system. The contractor shall also provide a complete system check once during each 12 month time period. The contractor shall provide all qualified personnel, test equipment, tools, materials, and other items necessary for on-island presence to perform troubleshooting, repair, preventive maintenance and all other operational checks and adjustments required to keep the communications system working at an optimum level and at factory specifications. The contractor shall also provide 24x7 technical phone support. CLIN 0001 Infrastructure Upgrade to Project 25 (P25) Compliance FFP $_______ CLIN 0002 Training ? Resident FFP $_______ CLIN 0003 Training ? In field FFP $_______ CLIN 0004 Consoles FFP $_______ CLIN 0005 12 Months On-Site Maintenance Support FFP $_______ CLIN 0006 12 Months Telephone Technical Support 24/7 FFP $_______ TOTAL FFP $_______ CLAUSES INCORPORATED BY REFERENCE 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Jan 2004) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2004 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 252.212-7000 Offeror Representations and Certifications- Commercial Items NOV 1995 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) JUN 2004 CLAUSES INCORPORATED BY FULL TEXT 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2004) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary: (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) The Index of Federal Specifications, Standards and Commercial Item Descriptions and the documents listed in it may be obtained from the General Services Administration, Federal Supply Service Bureau, Specifications Section, Suite 8100, 470 L'Enfant Plaza, SW, Washington, DC 20407 ((202) 619-8925). (2) The DOD Index of Specifications and Standards (DODISS) and documents listed in it may be obtained from the Standardization Documents Desk, Building 4D, 700 Robbins Avenue, Philadelphia, PA 19111-5094 (telephone (215) 697-2569). (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) The DoD Index of Specifications and Standards (DoDISS) and documents listed in it may be obtained from the--Department of Defense Single Stock Point (DoDSSP), Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (i) Automatic distribution may be obtained on a subscription basis. (ii) Order forms, pricing information, and customer support information may be obtained-- (A) By telephone at (215) 697-2667/2179; or (B) Through the DoDSSP Internet site at http://dodssp.daps.mil. (3) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $25,000, and offers of $25,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? or ?DUNS +4? followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price, listed in descending order of importance. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.237-1 SITE VISIT (APR 1984) (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Date of Site Visit to be arranged. (End of clause) Payments may be expedited electronically via Internet through the Wide Area Workflow (WAWF) on https://rmb.ogden.disa.mil. If you choose to utilize WAWF, the following codes are required to route your invoices correctly through WAWF. Note: Use of WAWF is not mandatory, nor does its use change any terms or conditions of this solicitation or resultant contract. For additional information regarding WAWF, please visit https://rmb.ogden.disa.mil See Attachments for List of Existing Inventory.
 
Place of Performance
Address: Andersen AFB
Country: Guam
 
Record
SN00635832-W 20040805/040803212614 (fbodaily.com)
 
Source
FedBizOpps.gov 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.