Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOLICITATION NOTICE

70 -- Pyrotechnic Control System for Zussman Range at Fort Knox, KY.

Notice Date
7/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Knox, ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D09QPYRO
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
Heather M. Underdonk, 502-624-5777<br />
 
E-Mail Address
ACA, Fort Knox
(heather.underdonk@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 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. Solicitation number W9124D-09-Q-PYRO is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-25. This is an unrestricted solicitation. Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. Applicable NAICS code is 423430. See below for description of item requested. System shall be delivered and installed. Price must include freight to Fort Knox, KY (i.e. FOB Destination). Award will be made to the lowest offeror whose product/service meets the Governments minimum needs. Delivery date: Delivery and installation shall be complete no later than 7 weeks after contract award. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This clause incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html Provision at FAR 52.212-1, Instruction to Offerors Commercial Items, 52.204-4 Printed or Copied Double-sided on Recycled Paper, 52.204-7 CCR, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.225-18 Place of Manufacture, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, 52.228-5 insurance- Work on a Government Installation, 52.233-2 Service of Protest, 52.237-1 Site Visit, and 52.237-2 Protection of Government Buildings, Equipment, and Vegetation applies to this acquisition. Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. Clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items applies to this acquisition to include the following FAR clauses: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government, 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, 52.204-11 American Recovery and Reinvestment ActReporting Requirements, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concern s, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.223-15 Energy Efficiency in Energy-Consuming Porducts, 52.223-16 IEEE 1680 standard for the Environmental Assessment of Personal Computer Products, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to include: 52.203-3 Gratuties, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment, and 252.247.7023 Transportation of Supplies by Sea. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Goevernment Personnel Work Product, 252.204-7004 Alt A CCR, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7002 Disclosure of Ownership or Control by a Foreigh Government, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.211-7003 Item Identification & Valuation, 252.212-7000 Offeror Representations and Certification Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments252.246-7000 material Inspection and Receiving Report. The following applies to this solicitation: AFARS 5152.233-9000 Army Contracting Agency Executive Level Agency Protest Program. **The following must be furnished with the quotation: 1. Complete descriptive literature for the item proposed; 2. Prompt payment terms; 3. Completed copy of the provision at FAR 52.212-3 (Alt I) Offeror Representations and Certifications Commercial Items; 5. Completed copy of provision at DFARS 252.212-7000 Offeror Representations and Certifications--commercial Items** Quotes shall be e-mailed to heather.underdonk@us.army.mil or faxed to the attention of Heather Underdonk at 502-624-5869 or 502-624-7165, no later than 10:00a.m. Fort Knox local time (Eastern Standard Time) 3 August 2009. Question regarding this solicitation must be submitted in writing. POC for this solicitation is Heather Underdonk at heather.underdonk@us.army.mil. PRODUCT/SERVICE: PYROTECHNICS CONTROL SYSTEM UPGRADE FOR FT. KNOX, KY ZUSSMAN RANGE; TO INCLUDE HARDWARE, SOFTWARE AND INSTALLATION. TRAINING ON HOW TO OPERATE THE SYSTEM SHALL BE INCLUDED IN THE INSTALLATION PRICE. SYSTEM SHALL BE COMPATIBLE WITH THE CURRENT GOVERNMENT-OWNED CONTROL SYSTEMS THAT OPERATE FACILITY TARGETS, LIGHTING, SPECIAL EFFECTS, SMOKE GENERATORS, AND VARIOUS OTHER SPECIALTY FUNCTIONS CURRENTLY BASED ON WONDERWARE DRIVERS AND SOFTWARE, AND MANUFACTURED BY STRATEGIC SYSTEMS. THE UPGRADED SYSTEM SHALL INCLUDE 1 CPU, MONITOR, MOUSE, KEYBOARD, COMMUNICATION PORTS, COMMUNICATION INTERFACE MODULES, AND SOFTWARE LICENSING FOR MS XP SP2 AND WONDERWARE (LOADED ON SYSTEM PRIOR TO OR AT TIME OF INSTALLATION). THE SYSTEM SHALL PROVIDE SENSOR GO/NO-GO SAFETY INPUTS, AS WELL AS PASSIVE IR SENSORS AND MECHANICAL CONTACTS CONNECTED TO THE C2 TOWER SYSTEM (SAFETY FEATURE FOR THE FLAME FX SYSTEM). THE PYRO CONTROL SYSTEM SHALL BE ABLE TO ACCOMMODATE THE NEWER MOUNT STANDARD ETHERNET BASED INFRASTRUCTURE. ULTIMATE PHYSICAL CONTROL OF THE PYRO CONTROL SYSTEM SHALL RESIDE WITH A DEDICATED OPERATOR WHO WILL HAVE CONTROL OVER EACH EFFECT, BUT SHALL BE ABLE TO PROVIDE FOR A SINGLE SYSTEM CONFIGURATION MANAGEMENT SYSTEM AND BE INCORPORATED INTO THE EXISTING COMMAND AND CONTROL SOFTWARE. THE PYRO CONTROL SYSTEM SHALL BE UPGRADEABLE. CONTRACTOR SHALL BE REQUIRED TO COMPLETE CONTRACTOR MANPOWER REPORTING. THE CONTRACTOR IS REQUIRED TO COMPLETELY FILL IN ALL REQUIRED INFORMATION USING THE FOLLOWING WEB ADDRESS: https://cmra.army.mil/. QUANTITY IS 1 SYSTEM. NOTE: Equivalent items will be accepted. Substituted items shall perform the same function and have the same quality as the model or product referenced in this RFQ. If proposing a substitute item, include a detailed item description with the quote. Item description shall include brand name, make/model at a minimum. The government may use the provided item description to determine if the product meets government requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK21/W9124D09QPYRO/listing.html)
 
Place of Performance
Address: Directorate of Plans, Training and Mobilization 6033 Pickett Rd. Fort Knox KY<br />
Zip Code: 40121-2800<br />
 
Record
SN01887408-W 20090726/090725001315-bf8fdd8d4e197d6da4e549c255ae2043 (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.