Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

D -- Testbed Electronics Shelter

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Information Technology Services Acquisition Division (1TE), 10 Causeway Street, Boston, MA, 02222, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
R1PB57000701
 
Response Due
10/2/2007
 
Archive Date
10/30/2008
 
Point of Contact
Siobhan Frongillo, Contracting Officer, Phone (617)565-5770, Fax (781)396-7968, - Siobhan Frongillo, Contracting Officer, Phone (617)565-5770, Fax (781)396-7968,
 
E-Mail Address
siobhan.frongillo@gsa.gov, siobhan.frongillo@gsa.gov
 
Description
RFQ/PROJECT NO. R1PB57000701 Testbed Electronics Shelter Distributed Common Ground Systems ? Imagery (DCGS-I) 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is R1PB57000701 is issued as a Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06. The associated NAICS code 334111 This requirement is for the United States Air Force, Hanscom AFB . If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. The RFQ Due Date (closing date) is on or before 4:00 p.m. Eastern Standard time, Tuesday, October 2nd, 2007. Submission shall be via email. Due to e-mail server and bandwidth limitations, please limit the size of each e-mail with attachments to 3 MB. Offerors are required to submit both a written technical quote and a price quote to Siobhan Frongillo, Siobhan.frongillo@gsa.gov Contracting Officer, for the purposes of assuring that the prospective Contractor is fully cognizant of the scope of this contract and has the capability to complete all Statement of Work (SOW) requirements. If you have questions regarding this requirement, please submit your inquiries immediately via email but no later than 4:00 p.m., Eastern Standard time, Tuesday, October 2nd, 2007 to Ms. Frongillo. Questions with the Government?s responses will be posted as an amendment to the project on FedBizOpps. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. SUBMISSION REQUIREMENTS Offers must include the tax identification number (TIN), Dun & Bradstreet Number (DUNS), North American Industrial Classification System (NAICS) and Standard Product Code. Please ensure that your firm is CCR Certified (http://www.ccr.gov). ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of this solicitation including the SOW. If not noted in this section of your quote, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. TECHNICAL QUOTE (VOLUME 1): Evaluation Criteria The government will review the offeror?s understanding of the requirements and the viability of the proposed approach to address the unique challenges, opportunities, and constraints inherent to this project. The government will evaluate the proposal for the following elements. The factors are listed in descending order of importance. Factor 1: The offeror?s Technical Approach ? The offerors understanding of the requirements and the viability of its proposed technical approach to address the unique challenges, opportunities, and constraints inherent to this project. ? A Quality Assurance Plan that details the techniques, procedures, and methodologies that will be by the offeror to assure timely delivery that meets specified requirements of this solicitation. ? A Final Acceptance Test that lists the criteria for testing and acceptance of the unit. Factor 2: Past Performance/Similar Experience The Government will evaluate performance of the offeror on past projects and experience. Past performance is the degree of success, in terms of meeting or exceeding technical, cost, schedule and quality objectives, and the demonstrated effectiveness of corrective actions taken in dealing with problems encountered on prior projects. The Government will also evaluate the extent of an offeror?s experience on projects of a similar size, scope, function, duration and complexity as compared to the work that is required under this solicitation. From this information, the Government determines an overall risk assessment regarding the offeror?s likelihood of success on the proposed project. In the event that an Offeror lacks a record of relevant past performance, the offeror?s past performance may be evaluated neither favorably nor unfavorably. The Government will consider information submitted by the offeror along with any other relevant and reliable information that the Government may obtain from other sources (including information from Government personnel and databases). Factor 3: Socio-Economic Factor This acquisition is not specifically set aside for any type of business however; a firm?s socio-economic designation will be evaluated when making a best value determination for award. This will be assessed by the contracting officer based on CCR, other government sources and data provided by offerors. Factor 4: Cost/Price Total price to the Government will be evaluated and considered. The proposed price will be analyzed for reasonableness to determine whether it is realistic for the work to be performed; reflects a clear understanding of the requirements; and is consistent with the Offeror?s Technical Proposal. Additionally, all offers with separately priced line items will be analyzed for unbalanced pricing. Factor 5: Delivery The offeror will provide a delivery date which will be will be evaluated and considered. The proposed delivery date will be analyzed for reasonableness to determine whether it is realistic for the work to be performed; reflects a clear understanding of the requirements; and is consistent with the Offeror?s Technical Proposal. CONTRACT AWARD Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and price considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives at a realistic and reasonable price. In the event Technical Quotes are evaluated equally, price will become a major consideration in selecting the successful Offeror; therefore, the importance of the Price Quote should not be minimized. QUOTE DUE DATE AND TIME Due to the critical schedule for this effort, the due date for responses to this RFQ, i.e, the Technical Quote, Price Quote and other requested documents, is 4:00 p.m. Eastern Standard time, Tuesday, October 2nd, 2007. Responses to this RFQ shall be sent via email to: siobhan.frongillo@gsa.gov STATEMENT OF WORK 1.0 Introduction The goal of the Government is to acquire a worldwide deployable self?contained electronics shelter capable of operating at remote locations in harsh environments with minimal support for extended periods of time. The shelter shall meet all requirements to operate as a Sensitive Compartmented Information Facility (SCIF). The shelter shall be transportable via air, rail, and roads both improved and unimproved. The shelter shall accommodate radio and data link antennas, electronics equipment, and provide storage and hoisting capabilities of the antennas. To the greatest extent possible Commercial Off the Shelf (COTS) hardware shall be utilized to maximize supportability and minimize costs. 2.0 Technical Requirements (Detailed Scope will be forthcoming as an amendment) This Technical Requirements Document (TRD) provides technical requirements for the self-contained DCGSI Testbed Electronics Shelter. The Testbed shall be a turn key self-contained mobile electronics shelter mounted on a transportation system not to exceed 53 feet in length including environmental and power generation units. The Testbed shall operate in temperatures ranging form -0 to +120 degrees Fahrenheit, arid as well as high humidity environments, with the capability of extended (24 hr) operations. 7.0 Quality Assurance Plan The offeror will provide as part of their proposal a Quality Assurance Plan that details the techniques, procedures, and methodologies that will be by the offeror to assure timely delivery that meets specified requirements of this solicitation. 8.0 Project Reporting, Project Meetings and Enterprise Technical Meetings The successful offeror will provide a status report on a monthly basis until final acceptance of the unit. In addition to monthly status reports, the successful offeror will participate in additional meetings, as required. The following representative set of meetings and frequency, and may vary based on project needs. ? Design review and inspection, 1 meeting hosted locally at successful offeror?s site ? Technical Interchange Meetings (TIMs) 2/as required hosted locally at successful offeror?s site 9.0 Delivery The offeror will provide as part of their proposal a delivery date. The successful offeror will deliver the unit at their expense to: DCGSI C/O Commander NAWC Code 4111000D 1 Administration CR China Lake, CA 93555 Delivery will be coordinated with GSA and the client. 10.0 Acceptance Testing The offeror will provide as part of their proposal a Final Acceptance Test that lists the criteria for testing and final acceptance of the unit. 7.0 Past Performance The offeror may include up to three past performance references for similar projects. 52.212-4. Contract Terms and Conditions -- Commercial Items. (Sep 2005) 52.212-5. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Sep 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (4) (i) 52.219-5, Very Small Business Set-Aside (June 2003)(Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I (Mar 1999) of 52.219-5. ___ (iii) Alternate II (June 2003) of 52.219-5. ___ (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (8) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2005)(15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (11) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (12) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). ___ (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). ___ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). ___ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). ___ (22) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (23) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). ___ (24) (i) 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Jan 2005)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (25) 52.225-5, Trade Agreements (Jan 2005)(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849). ___ (28) 52.225-16, Sanctioned European Union Country Services (Feb 2000)(E.O. 12849). ___ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (30) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (32) 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (33) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (35) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. 1241 and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. ________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: X (1) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). X (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989)(41 U.S.C. 351, et seq.). ________________________________________________ (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (Dec 2005) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _____ 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) (End of clause) GSAR/GSAM Invoice Requirements (Sep 1999) (a) Invoices shall be submitted in an original only, unless otherwise specified, to the designated billing office specified in this contract or order. (b) Invoices must include the Accounting Control Transaction (ACT) number provided below or on the order. ACT Number [From SF 1449] (c) In addition to the requirements for a proper invoice specified in the Prompt Payment clause of this contract or order, the following information or documentation must be submitted with each invoice: Task order number: (SF 1449) (d) Invoices shall be submitted in an original to the Government office designated in this Contract or on the Task order to receive invoices. To constitute a proper invoice, the invoice must include the following information and/or attached documentation: (1) Name of the business concern and invoice date. (2) Contract number. (3) Task order number or other authorization for delivery of property or services. (4) Item number, national stock number (NSN) or other product identification number, description, price, and quantity of property or services actually delivered or rendered. (5) Shipping and payment terms. (6) Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent. The "remit to" address must correspond to the remittance address in the Contract. (7) Information necessary to enable the Government to make payment by wire transfer shall be furnished in accordance with the Method of Payment clause of this Contract. (e) To assist the Government in making timely payments, the Contractor shall furnish the following additional information either on the invoice or on an attachment to the invoice: (1) Paying Number (ACT/DAC NO.) (from SF 1449) (2) Order No. (from SF 1449) (3) Project Title (4) Name (where practicable), Title, version, date, and the Section F paragraph reference of the specific deliverable(s) in firm-fixed price Task Orders (5) Shipping and payment terms (f) The Contractor shall submit invoices as follows: (1) Send Original Invoice To: General Services Administration Finance Division (299X) P. O. Box 17181 Fort Worth, TX 76102 Mark Invoice: ORIGINAL (g) The finance customer service can be reached by calling 817-978-2408, by sending a fax to 817-978-7413 or by visiting their web site at www.finance.gsa.gov. (h) The contractor shall attach copies of invoices to the ?Reports Section? of this order at: https://it-solutions.gsa.gov PURCHASE ORDER POINT OF CONTACTS Contracting Officer (GSA): Siobhan Frongillo General Services Administration Federal Acqisition Service 10 Causeway Street, Suite 1085 Boston, MA 02222 Phone: (617) 565-5770 Fax: (617) 565-5748 Email: siobhan.forngillo@gsa.gov Contracting Officer?s Technical Representative (COTR) (GSA): Paul Bowen General Services Administration Federal Acquisition Service 10 Causeway Street, Suite 1085 Boston, MA 02222 Phone: (617) 565-6570 Fax: (617) 565-5748 Email: Paul.bowen@gsa.gov
 
Place of Performance
Address: General Serives Administration, 10 Causeway Street, Boston, MA 02222
Zip Code: 02222-1117
Country: UNITED STATES
 
Record
SN01403095-W 20070913/070911222600 (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.