Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOLICITATION NOTICE

D -- Combined Synopsis/SolicitationTo purchase a Motorola Cable Modem Termination System (CMTS)RFP W91WAW-09-T-0062

Notice Date
5/8/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310
 
Solicitation Number
W91WAW-09-T-0062
 
Response Due
5/13/2009
 
Archive Date
7/12/2009
 
Point of Contact
Richard White, 703-428-0435
 
Small Business Set-Aside
Total Small Business
 
Description
(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; proposals are being requested and a written solicitation will not be issued. (II) The solicitation document is issued as a request for proposal (RFP). Submit written proposals on RFP number RFQ W91WAW-09-T-0062. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (IV) The North American Industry Classification System (NAICS) code is 541512 and the size standard is $25 million. The acquisition is a 100% Small Business Set-a- Side. The Government intends to award a firm-fixed-price contract resulting from this combined synopsis/solicitation. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Procure an Motorola Broadband Services Router (BSR 2000) cable modem termination system (CMTS) that is based on DOCSIS 2.0 standard, for advanced spectrum mamgement and data collection for Quality of Service (QoS) performance metrics. Contractors shall provide the unit price for the below listed requirements: ITEM NO -- SUPPLIES/SERVICES -- QUANTITY -- UNIT- UNIT PRICE - AMOUNT BASE YEAR 0001 Motorola (CMTS) 1 EACH 0.00 0.00 0002 Service Agreement (3YR) 1 EACH 0.00 0.00 (VI) STATEMENT OF WORK BACKGROUND The U.S. Army Information Technology Agency (ITA) requests the purchase of a cable modem termination system (CMTS). OBJECTIVE ITAs objective is to contractually procure a Motorola cable modem termination system (CMTS) from a vendor that has been determined to have the resources to accommodate the scope of this project in a timely manner. SCOPE: The contractor shall provide the items explained in part C.3.1. Specifications: Motorola Cable Modem Termination System Qty: (1) Required Capabilities: -DOCSIS 2.0 capable -Provide upstream monitoring while maintaining channel throughput -Compatible with Quality of Service (QoS) metrics data collection via SNMP Delivery Location/POC U.S. Army Information Technology Agency AAIT-NI Special Contract Requirements Warranty The contractor shall provide a standard commericial warranty. (VII) Period of Performance (POP): 30 days after the effective date of award. (VIII) The provision 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. (IX) The provision at FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. Basis of Award: The following factors shall be used to evaluate offers 1. Factor 1- Technical Technical Capabilities. The Government will evaluate the offerors ability to provide the resources and comply with the requirements as outlined in the Statement of Work (SOW). 2. Factor 2 Price The Government will evaluate offerors price to determine that the prices are fair and reasonable. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). 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). No adjectival ratings will be used to evaluate Price. Adjectival Ratings. The following adjectival ratings will be used: Factor 1 will be rated using the following Adjectival Scale ADJECTIVAL DEFINITION ACCEPTABLE The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. UNACCEPTABLE The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. (End of clause) (X). The provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items(By Reference), applies to this acquisition, the offeror must submit a completed copy of with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions (By Reference), applies to this acquisition. (XII) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is applies to this acquisition Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2009) (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: _X_ (17) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (21) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). _X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _X_ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). Office of Foreign Assets Control of the Department of the Treasury). _X_ (38) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (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: (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 Contractors 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 (e)(1)(i) through (xi) 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) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (ii) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (iii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (iv) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (v) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (vi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (vii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (viii) 52.222-54, Employment Eligibility Verification (Jan 2009). (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) (XIII) The Government intends to award a firm-fixed-price contract resulting from this combined synopsis/solicitation. (XIV) N/A (XV) Quotes are required to be received in the contracting office no later than 11:00 AM EST on May 13, 2009. All quotes must be emailed to the attention of, Richard W. White @ Email: richard.white20@us.army.mil (XVI) Questions regarding this solicitation should be forwarded to Mr. Richard White, Contract Specialist, at richard.white20@us.army.mil., no later than Monday, 11 May 2009, 10:00 am EST. No question made by telephone inquiry shall be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-T-0062/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01812689-F 20090510/090509165712 (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.