SOLICITATION NOTICE
58 -- Digital C2 System Components
- Notice Date
- 3/5/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- 1001 761st Tank Battalion Ave,, FORT HOOD, TX 76544
- ZIP Code
- 76544
- Solicitation Number
- W8086780140001
- Response Due
- 3/11/2008
- Archive Date
- 9/7/2008
- Point of Contact
- Name: Madge Lewis, Title: Contract Specialist, Phone: 2542875730, Fax: 2542875354
- E-Mail Address
-
madge.lewis@us.army.mil;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W8086780140001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-11 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT HOOD, TX 76544 The USA ACA Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001, Cable Mgmt Sys, Ready Roll, Ten 48" Sections, Black: Cable Management System, provides users the ability to use varies cabling i.e. power, cat5, fiber optic, telephone and speaker cabling etc. All medias of cabling are required to provide the end users a safe, robust means to communicate. The cable management system allows for varies cables to be ran and eliminate electrical interference. Its versatility allows the system to be used with any flooring material or used on its own and can be used in a field tactical environment or building. The system is lightweight, durable and packs away very easily for embarkation purposes. Set up time and labor is minimal which can be done by one person. FFP MFR: Base-x Parts #63-FCM480BK FOB: Destination , 5, EA; LI 002, Table, C2, Folding Legs, 5'x24", Black (set of 2) in Bag: Table, C2, folding legs, is a table built with ABS plastic (same plastic used in aircraft) which is lightweight and durable. The internal frame is made of wood and engineered in a weight bearing beam system, similar to a truss system. The ABS plastic and wood frame is chemically welded, sealed to prevent any moisture to the frame assembly. The legs are secured to the table by using T-nut anti-spin non-corrosive bolts. All four corners are re-enforced to sustain a direct 2 foot drop on hard solid surface. The table can withstand 1600 pounds of static weight, it also is resistant to bending because of the flexing the wood structuring. Overall this table is lightweight, durable and packs well for embark able purposes, it can be used for outdoor or indoor FFP MFR: Base-x 40C2TBL2001 FOB: Destination , 20, EA; LI 003, Smart Bag, C2, w/36"L 12-Outlet Power Strip, Black FFP Cable Management Bag system is unique in that it can be used and adapted to different tables and can be made to accommodate different lengths, it attaches to the Base-X C2 folding table, allows for classified and unclassified cabling to be used. The user simply connects to the designate network via a cat5 or 6e patch cable, the power pack can be connected and placed inside the cable management bag which incorporates a 3 foot power strip. All cabling coming into the cable management bag and going out is neatly stowed away, preventing accidental trip ups or ruining connections to expensive computers, VoIP telephones, etc. The cabling can be left in the cable management bag for rapid breakdown and setup, it prevents damaging of cables allowing for reusing and saving money. The cable management bag can be adapted to accommodate fiber optic cabling, network switching devices and access to video projection systems.FOB: Destination MFR: Base-x MFR PART NR: 65CABP12BK FOB: Destination , 40, EA; LI 004, Chair, C2, Folding, Black (set of 4) in Bag: Chair, C2, folding, black compliments the Base-X C2 table or any other table. The main support frame is made using 1.25 in X .625 in X 18 gauge oval steel tubing, cross bars consist of identical oval tubing and firmly welded. Chair will support more than 1000 pounds. Seat and back are injection molded using toughened, UV stabilized polypropylene. Plastic is molded in a variety of colors. Seat and back portion are attached to the main frame with non-corrosive steel blind rivets. Dimensions seat height-18.5 inches, overall height 34.5 inches, weight 11.5 pounds, seat depth 15.75 inches, foot print 21in L X18in W. Frame finish is electro statically applied, heat cured power paint and formulated for outdoor and indoor use. The folded shape and construction lends itself to a positive stacking application. Stacking density is 4.75 inches for the first chair and each additional chair is 1.5 inches. This takes less cube area for embarkation purposes FFP MFR: Base-x Parts# 40C2CH4001 FOB: Destination , 20, EA; LI 005, 10U Transit Case FFP Transit Case, power distribution, video switch, video splitter, video transmitters, video receivers, DVI to VGA cabling, VGA cable and power splitters are all part of a complete video distribution system. The combination and integration process provides up 16 users to access, publish and display video to the projection system. The system can be used with any input source and can be managed locally or remotely via a IP network. The systems redundancy provides users continuous operation even if the main video switch or splitter fail, worse case is point to point operations from the users video source to video projector, this occurs without having to move or disconnect users from their existing network. The video distribution system does not require special cabling and function over the existing classified or unclassified WAN/LAN networks. The video distribution system can be used with different input sources or projectors and integrates to already existing sources if need by. It is capable to be used within varies shelters or permanent infrastructures. Size of the unit is a 10U transit case which racks and stores all components. MFR: Base-x Parts #10TC10V FOB: Destination , 2, EA; LI 006, 1U Power strip, rack mount FFP MFR: Base-x Parts#: 40PSRM001 FOB: Destination , 2, EA; LI 007, 1U Tray transit case, 19? FFP MFR: Base-x Parts# 40TCT19 FOB: Destination , 2, EA; LI 008, Projector Frame System, C2, 54"x74" - 1 Screen System FFP The Video Displays System (Projector Frame System) comes complete with the frame, screen, projector, cabling, instruction, spare bulb and case. The system can be used as a stand alone or duplicated up to 5 screen projection system. It is designed to maximize space within a Base-X shelter, building or can be used in different shelters, height can be adjusted or can accommodate an unleveled surface. Projection is done through a rear or front throw process, the projector is positioned 2 feet from the screen hence taking less space to operate in. There are two system versions of the video display systems, 40X50 (60 inch diagonal) or 54X74 (96 inch diagonal) the only change would be the frame and screen size, the rest of the components remain the same. The projector supports S-Video, VGA, RCA, Component, DVI, USB, Wifi connections and can be control remotely. This system is a perfect solution it is light weight, durable. It is simply to setup, occupies less space projects a clean crisp projection. System is designed to be setup by one person in 5-7 minutes. MFR: Base-x Parts# 40PRS002 FOB: Destination , 7, EA; LI 009, Video Switch, Ausio, CAT5, 16X16 FFP MFR: Base-x Parts#: 40VS16X16001 FOB: Destination , 2, EA; LI 010, Video Matrix, 4-way FFP MFR: Base-x Parts#: 40VM4001 FOB: Destination , 5, EA; LI 011, Video Transmitter, Audio CAT5 FFP MFR: Base-x Parts#:40VT5001 FOB: Destination , 24, EA; LI 012, Video Receiver, Audio CAT 5 FFP MFR: Base-x Parts#: 40VR5001 FOB: Destination , 24, EA; LI 013, Cable, MDVI to MVGA FFP MFR: Base-x Parts#: 40CMDMV001 FOB: Destination , 20, EA; LI 014, Cable, MDVI (M) to FVGA (F) FFP MFR: Base-x Parts# 40CMDFV001 FOB: Destination , 5, EA; LI 015, Cable, Patch, 8? (Power splitters) FFP MFR: Base-x Parts#: 40CP8001 FOB: Destination , 7, EA; LI 016, Cable, MVGA to MVGA, 12? FFP MFR: Base-x Parts#: 40cmvmv12001 FOB: Destination , 7, EA; For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. representations and certifications, etc.) directly to clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery and set up shall be in compliance with stated requirements. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 252.212-7001 is incorporated with 252.225-7001 and 252.232-7003 checked applicable The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 52.204-7;Central Contractor Registration - JUL 2006 52.212-1;Instructions to Offerors?Commercial Items - SEP 2006 52.212-4; Contract Terms and Conditions?Commercial Items - FEB 2007 252.204-7004; Alt A Central Contractor Registration (52.204-7) Alternate A - NOV 2003 252.232-7010; Levies on Contract Payments - DEC 2006 OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL ITEMS (NOV 2006 This contract incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) FAR 52.232-25, Prompt Payment Act, requires the following information, as a minimum, for an invoice to be considered acceptable. (i) Name and address of the Contractor. (ii) Invoice number. (All invoices must contain an invoice number.) (iii) Invoice date. (The Contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) (iv) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (v) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (vi) Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. If freight/shipping costs have been separately proposed and appear as a separate line item on this order or contract, only one (1) payment can be made against that line item. Multiple payments against this line item will not be made. Therefore, such charges shall be consolidated and billed in one consolidated invoice. The invoice shall include supporting documentation for the total amounts billed. (vii) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (viii) Name (where practicable), title, phone number, and mailing address of person to be notified in the event of a defective invoice. (ix) Any other information or documentation required by the contract (such as evidence of shipment). (x) While not required, the Contractor is strongly encouraged to assign an identification number to each invoice. In furtherance of Federal policy and the Alternative Dispute Resolution Act of 1990, ADR Act, Pub. L. 101-552, the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of the parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable in accordance with the authority and the requirements of the ADR Act. After award, the Administrative Contracting Office for this acquisition will be: Army Contracting Agency Southern Region (ACASR), Fort Hood Contracting Command Contract Administration Division Building 1001, 761st Tank Battalion Fort Hood, TX 76544-5059 Phone: (254) 287-3504 (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dod.mil/dfas/. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 52-000-4000 PACKAGING AND MARKING Contractor?s standard commercial packaging is acceptable providing it is sufficient to protect against deterioration and damage during shipping, handling and storage. Containers and packing slips shall be marked to identify contract number, delivery order number (if applicable), description and quantity. Failure to provide contract/delivery order number could result in merchandise being returned or not accepted at the central receiving warehouse. Also, failure to adhere to these instructions may result in non payment or late paymen
- Web Link
-
www.fedbid.com (b-63242_03, n-10879)
(http://www.fedbid.com)
- Place of Performance
- Address: FORT HOOD, TX 76544
- Zip Code: 76544
- Country: US
- Zip Code: 76544
- Record
- SN01524843-W 20080307/080305224729 (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 |