Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

D -- Vivato Support for U.S. Army Dugway Proving Ground's West Desert Test Center

Notice Date
5/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-07-T-0060
 
Response Due
5/30/2007
 
Archive Date
7/29/2007
 
Point of Contact
ERIC VOKT, 435-831-2107
 
E-Mail Address
ACA, Dugway Proving Ground
(eric.s.vokt@us.army.mil)
 
Small Business Set-Aside
Total 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. This is a combined synopsis and solicitation for the following commercial items: CLIN 0001: Non-personal services requirement to perform the functions outlined in the statement of work. CLIN 0002: Personnel reporting requirements in accordance with the Department of the Army requirements. This solicitation is issued as a request for quote (RFQ). Statement of work is as follows: (1) TITLE: Data Sciences Division Vivato Optimization S upport; (2) IDENTIFICATION: As part of the Test Grid and Safari Instrumentation project, the Data Sciences Division has been tasked with providing a wireless network infrastructure to the Dugway Proving Ground (DPG) Range; (3) BACKGROUND: The Range Wirel ess Project design has specified Vivato VP2210 panels to provide the spread wireless coverage on the range. This design provides for 17 towers on the West Desert Test Center (WDTC) test grid with 4 Vivato panels providing 360 degree coverage. Of the 17, t he Chem Lab water tower has been completed. The panels are installed and operational and are connected via fiber optic cable to the Test Network Core. The Data Sciences Division does not have the training to configure and maintain the Vivato panels post-in stallation; (4) SCOPE: In scope for Contractor: (a) Configuration Checklist  Prepare a standard baseline configuration setup procedure/checklist that will be used to configure each VP2210 panel for optimal performance prior to mounting; (b) Verification a nd Test Plan  Development of verification and test plans that will enable WDTC personnel to validate the installation and configuration of Vivato panels. This plan shall include deployment parameters, network performance criteria and load testing of the w ireless environment. The plan shall also include test and acceptance criteria to ensure VP2210 panels are installed and operating correctly; (c) Chem Water Tower Verification - A completed verification test shall be conducted and documented on the panels i nstalled at Chem Lab water tower; (d) Panel Configuration/Optimization Training  On-site, hands on demonstration of equipment performance, optimization, baseline configuration, extended configuration, troubleshooting techniques and lessons learned. The tr aining shall be configured and designed around the use of AirMagnet tools and operating in the WDTC environment using the baseline checklist and the verification and test plan; (e) DD1494 Form  Preparation of DoD Form 1494 Application for Equipment Frequ ency Allocation for the VP2210 panels at the locations specified by WDTC. (A copy of the form is attached.). In scope for Government: (a) Review/approval of all documentation; (b) Review/approval of all testing reports; (c) Identify participants in train ing activities and attend training; (d) Provide training equipment and software to trainees; (e) Provide access to government owned Vivato equipment as needed; and (f) Provide physical access to WDTC facilities and ranges as needed. (5) GOVERNMENT FURNISHE D EQUIPMENT: The government will provide all student equipment and software for training. This includes AirMagnet Laptop preloaded with Survey Pro, Analyzer Pro and Spectrum Analyzer. (6) PERIOD AND LOCATION OF OPERATION: Performance of the contract will take place primarily at WDTC at Dugway Proving Ground and contractor offices prior to 30 June 2007. Submit written offers (oral offers will not be accepted), on RFQ W911S6-07-T-0060 for a firm-fixed priced amount. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 541512 with a size standard of $23 millio n applies to this procurement. The following provisions and clauses apply to this acquisition: (1) provision FAR 52.212-1 Instructions to Offerors - Commercial Items; (2) provision FAR 52.212-3 ALT I Offeror Representations and Certifications - Commercial Items; (3) clause FAR 52.212-4; Contract Terms and Conditions  Commercial Items; (4) clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veter ans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33; Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41 Service Contract Act of 1965, as ame nded; and FAR 52.212-42 Statement of Equivalent Rates for Federal Hires; (5) clause DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, specifically, th e following clauses cited are applicable to this solicitation: DFARS 252.227-7015 Technical Data--Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFAR S 252.243-7002; and DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; (6) clause FAR 52.204-7 Central Contractor Registration; (7) clause DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; (8) clause DFARS 252.204- 7000 Disclosure of Information; (9) local clause Foreign Visitors / Employees; (10) local clause Location of U.S. Army Dugway Proving Ground; (11) local clause Normal Work Hours; (12) local clause Contractor Access to DPG; (13) local clause Installation Se curity Requirement; (14) local clause Reporting of Manpower Data Elements; (15) local clause Identification of Contractor Employees; and (16) local clause Government Contractor Relationships. Area Wage Determination 2005-2531 Rev. 2 applies to this solici tation. All quotes must be emailed to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Eric Vokt at eric.s.vokt@us.army.mil. Quotes are due no later than 10:00 AM (local prevailing time for Dugway Proving Ground), Wednesday, May 30, 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ19/W911S6-07-T-0060/listing.html)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01296311-F 20070518/070516222327 (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.