Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

58 -- SOW Notification Warning System - Drawing

Notice Date
7/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T3AG0103AC01-001
 
Archive Date
8/13/2010
 
Point of Contact
Kimberlee K Lowry, Phone: 8508823098, Sarilynn Thomas, Phone: 8508829188
 
E-Mail Address
kimberlee.lowry@eglin.af.mil, sarilynn.thomas@eglin.af.mil
(kimberlee.lowry@eglin.af.mil, sarilynn.thomas@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THe attached is a drawing relevant to solicitation. The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for an Installation Notification Warning System (INWS). This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is issued as a Request for Quotation (RFQ), the announcement number is F1T3AG0103AC01-001. The North American Industry Classification System (NAICS) code for this acquisition is 334290 with a small business size standard of 750 employees. Please identify your business size in your response based upon this standard. This will be evaluated on a lowest price technically acceptable basis. Requirement: • Provide one server based Giant Voice System with seven touch screen interfaces. • Connection and communication to the giant voice towers is via USB cord to existing Whelen encoder/decoder using 10 digit DTMF protocol. • Demarcation for power is government provided outlet. • Demarcation for LAN is government proved router/switch located within 120 feet. • Demarcation for communication to the towers is a RS 232 encoder/decoder connected to a radio - Motorola CDM 750. • System must emulate all capabilities of the Whelen E2010 including the all activation and diagnostic capability and display them in an easy to use GUI. • System must have the ability to play prerecorded wav files from the local PC/server in live PA mode, thereby eliminating the need to reprogram the chipset provided by Whelen. • System must have the ability to do a play back approve submit PA scenario.sow nOTIF • System must have the ability to view a map that can be manipulated to plot each of the current units within the system. • The new system would allow for the end user to pre-script up to at least 100 different scenarios and allow access into the existing legacy scenarios built into the Whelen system. • IAW AFI 10-2501, CONUS warning systems should accommodate Department of Homeland Security, FEMA and National Weather Service's Emergency Managers Weather Information Network and the Emergency Alerting System alerting methods, requirements and capabilities. • Display screen shall be at least 19'' touch screen on a flexible post that can be mounted to the existing and new console. Color should be black. • All microphones will be push to talk (PPT) with fail in the off position. • No cable chase, run all wiring through designated conduits and cable channels. • System must be set up for future expansion to add more terminals. • System must be secured with limited access to the system. • Software must be compatible and operate with current Air Force network standards and existing Whelen towers. • GUI must be simple and quick to operate and have the ability for the user to add and delete scenarios. For questions, contact Kimberlee Lowry by e-mail only at kimberlee.lowry@eglin.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-040 effective 23 March 2010. • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 52.212-4, Contract Terms and Conditions - Commercial Items; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.233-3, Protest After Award; • 52.233-3, Applicable Law for Breach of Contract Claim; • 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; • 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; • 52.219-8, Utilization of Small Business Concerns; • 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; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.219.28, Post-Award Small Business Program Representation • 52.222-50, Combating Trafficking in Persons • 52.233-1, Disputes • 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 96 CONS/MSCB, ATTN: Contracting Officer, 205 West D Ave, Suite 541, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision); • 52.233-3, Protest After Award • 52.233-4, Applicable Law for Breach of Contract Claim • 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: 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 (End of Clause);  DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials.  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • FAR 52.203-3, Gratuities; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • 252.243-7002, Requests for Equitable Adjustment; • 252.247-7023, Transportation of Supplies by Sea;  DFARS 252.223-7001, Hazard Warning Labels  DFARS 252.232-7010, Levies on Contract Payments  AFFARS 5352.201-9101, Ombudsman To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. Notice: This is a resolicitation of F1T3AG0103AC01. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 29 July 2010. The quote is at the discretion of the offeror. Send all packages via email to Kimberlee Lowry at kimberlee.lowry@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T3AG0103AC01-001/listing.html)
 
Place of Performance
Address: 919 SOW/CP, Bldg 3078, South Spectre Rd, Eglin AFB Field 3, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02210355-W 20100721/100719234750-f140cb88d8930c3ba1afcb8a78d1a8d0 (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.