Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

N -- Upgrade Comman Post Switch-Lajes Field

Notice Date
7/1/2009
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, 09720
 
ZIP Code
09720
 
Solicitation Number
FA4486-09-NT-002
 
Point of Contact
Keith L. Rhodia, Phone: 011351295573104, Joseph W. Hoh, Phone: 011351295573148
 
E-Mail Address
keith.rhodia@lajes.af.mil, joseph.hoh@lajes.af.mil
(keith.rhodia@lajes.af.mil, joseph.hoh@lajes.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a notification that the 65th Contracting Squadron, Lajes Field, Azores intends to award a sole source contract to Nokia Siemens Network in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice, and FAR 6.302 "Only One Responsible Source and No Other Supplies and Services will Satisfy the Agencies Need." This announcement constitutes the only notification. The following notification document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The Associated NAICS code is 811213- Communication Equipment Repair and Maintenance. Manufacturing and the size standard is $7 Million. This Product is for overseas use and is advertised as other than full and open competition. ITEM DESCRIPTION NO SOLICITATION OR REQUEST FOR QUOTE IS AVAILABLE. This requirement is to upgrade the existing Siemens switch located at the 65th ABW Command Post (CP) Building T-715, lajes Field, Azores, Terciera Island, Portugal with the most current Joint Interoperability Test Center (JITC) certified and Information Assurance (IA) accredited solution. The upgraded system will provide existing Command and Control (C2) capabilities to support the CP also known as the Wing Operations Center. The contractor shall engineer, furnish, install and test (EFI&T) upgrade and replace equipment to Original Engineering Manufacturer (OEM), industry and Air Force specifications with appropriate Siemens licenses. The installed equipment and software shall be on the JITC certified approved product list. As the new equipment will be connected to and controlled by existing Siemens manufactured equipment/software, Siemens equipment is the only equipment that can be used, in accordance with the pre-existing service agreement. Notwithstanding, any firm who believes it is capable of meeting this requirement as stated herein may submit a response, which if received within 5 calendar days of the date of this announcement, will be considered. Responses to this posting must be in writing. No telephone inquiries will be accepted. To prevent mission degradation; system downtime shall be kept to a minimum due to the critical mission of the CP. The contractor shall coordinate with the Contracting Officer prior to arrival or the start of any work. The offeror may request a site visit/site survey. Any questions that are not being satisfactorily addressed, shall be submitted in writing to the contractor. Any work deemed to be not compliant shall be re-worked at the offerors expense. Routine work performed under this contract shall be performed under normal working hours, (0800-1600). All contractor personal shall adhere to Lajes Field base rules, policies, and procedures. The following provisions and clauses apply to this acquisition and the full text of these clauses and provisions may be viewed at the following web site: http://farsite@hill.af.mil PROVISIONS/CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Item, applies to this acquisition. 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Price, 2: Technical acceptability of the item offered (ability to provide authorized and certified repairs to GE equipment). Technical acceptability is significantly more important. The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The following clauses also apply to this acquisition/solicitation. The clause at FAR 52.204-7, Central Contractor Registration, the clause at FAR 52.211-6, Brand Name or Equal. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items. The clause at FAR 52.214-34. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.204-7 Central Contractor Registration. FAR 52.222-50. FAR 52.223-2 "Hazardous Material Identification and Material Safety Data. FAR 52.225-13 Restrictions onCertain Foreign Purchases. FAr 52.229-6 "Taxes Foreign Fixed Price Contracts." FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-1 Disputes. FAR 52.233-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.223-7001. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFAS 252.225-7002 Qualifying Country Sources as Subcontractors. Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9001,"Health and Safety on Government Installations."Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. INSTRUCTIONS TO OFFERORS: Any firm who believes it is capable of meeting this requirement as stated herein may submit a response, which if received within 5 calendar days of the date of this announcement, will be considered. Responses to this posting must be in writing. A determination not to compete the proposed Purchase Order based upon the responses to this notice is solely within the discretion of the Government. All questions should be directed to via emailed to POC; SSgt Keith L. Rhodia, 65th Contracting Squadron/LGCB at Email: keith.rhodia@lajes.af.mil. no later than 4:00 pm EST 5 calendar days after the date of this announcement. No telephone inquiries will be accepted. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Primary: SSgt Keith L. Rhodia Email: keith.rhodia@lajes.af.mil Phone: 011-351-295-57-3104 Fax: 011-351-295-57-3210 Alternate: TSgt Jan-Pierre Malboeuf 65th Contracting Squadron/LGCB Contracting Officer Email: jan-pierre.malboeuf@lajes.af.mil Phone: 011-351-295-57-3123 Fax: 011-351-295-57-3758 Contracting Office Address: 65 CONS/LGC Lajes Field, Azores APO, 09720 Place of Contract Performance: Lajes Air Field, Azores APO, Non-U.S. 09720
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/65CONS/FA4486-09-NT-002/listing.html)
 
Place of Performance
Address: Lajes Field Azores, Portugal, APO, Non-U.S., 09720, Portugal
 
Record
SN01863876-W 20090703/090702003644-8642ed67bcd223301b032b4f5014e8cd (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.