Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

70 -- Turnkey Log System

Notice Date
8/18/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, VALDEZ CIRCLE, DUGWAY PROVING GROUND, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W9103J82130104
 
Response Due
8/20/2008
 
Archive Date
2/16/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number W9103J82130104. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 79326_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dugway, UT 84022 The US ACA Dugway Proving Grounds requires the following items, Brand Name or Equal, to the following: LI 001, ES series SEM appliance supporting up to 2500 sustained events per second from up to 400 devices and includes 300 GB of useable internal storage. Includes 8 concurrent enVission seats and 3 concurrent event explorer seats. Equal to RSA part # ES2560., 1, EA; LI 002, Provide pre-engagement conference/consultation; on-site initial product configuration; device collection from one of each supported device type; configuration of five standard alert templates; and configuration of up to five alerts, Equal to RSA PN# SSP-2560-12M, 1, EA; LI 003, Per device audit to determine scope and details for the device developmentor Enterasys switches and HP storage, 2, EA; LI 004, Fixed price device Development with support for up to 15 messages and 5 reports for Enterasys and HP products. Equal to PN; PS-UDS-15, 2, EA; LI 005, Standard Software subscription plan and technical support. Includes phone, email and web-based access to technical support engineers to resolve problems relating to products not functioning according to product documentation (bugs) and to address basic "how to" questions. Standard coverage is Monday-Friday 8:30a.m. to 5:30p.m. customer local time. Equal to part # SSP-2560-12M:PS-START-ES, 1, EA; For this solicitation, US ACA Dugway Proving Grounds 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA Dugway Proving Grounds is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.)Shipping within 30 days ARO. Bid MUST be good for 30 days. No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(b)3rd Monday in January(c)3rd Monday in February(d)Last Monday in May(e)July 4th (f)1st Monday in September(g)2nd Monday in October(h)November 11th (i)4th Thursday in November(j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. FAR clause may be accessed electronically at http://www.farsite.hill.af.mil. BY Reference: 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.225-7012, Preference for Certain Domestic Commodities; and 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate; 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) Incorporate by reference 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include the following clauses: 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Incorporate by reference the following clauses: 252.204-7004 Alternate A, Central Contractor Registration and 252.211-7003 Item Identification and Valuation. ACRONYM (MEANING): FAR (Federal Acquisition Regulation), DFARS (DoD FAR supplement), CLIN (Contract Line Item Number), SUB-CLIN or SLIN (Contract Subline Item Number), OSHA (Occupational Safety Health Act), FOB (Free-on-Board), PCO (Procuring Contracting Officer), CFR (Code of Federal Regulations), LSA (Labor Surplus Area), SF (Standard Form), DD/DOD (Department of Defense), NSP (Not Separately)Priced Incorporate by reference the following clause 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS, 52.212-1 -- Instructions to Offerors -- Commercial Items; 52.212-3 -- Offeror Representations and Certifications -- Commercial Items Alternate I; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns. 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: Incorporate by reference within 52.212-5 the following: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, and 52.232-33, The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=818826e5906177606b669ffc08469be6&tab=core&_cview=1)
 
Place of Performance
Address: Dugway, UT 84022<br />
Zip Code: 84022<br />
 
Record
SN01642980-W 20080820/080818215940-818826e5906177606b669ffc08469be6 (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.