SOLICITATION NOTICE
58 -- F4W Portable VoIP Telephone System
- Notice Date
- 8/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFEEM-10-Q-0156
- Archive Date
- 9/9/2010
- Point of Contact
- James D. Suerdieck, Phone: 3014477244, Gary Patrick Topper, Phone: 301-447-7280
- E-Mail Address
-
james.suerdieck@dhs.gov, gary.topper@dhs.gov
(james.suerdieck@dhs.gov, gary.topper@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation is Request for Quote (RFQ) number HSFEEM-10-Q-0156. Provisions and clauses in effect through Federal Acquisition Circular 05-43 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/. The NAICS code is 423690, with a small business size of 500 employees. This acquisition is 100% set-aside for Small Business Concerns. All qualified Small Business Concern vendors are encouraged to submit a quote. The Federal Emergency Management Agency request quotes from qualified sources capable of providing a F4W portable wireless VoIP phone system (Brand Name Only). Specifically, the system shall include all of the following: 1) Description: F4W Wireless VoIP Handsets w/ Hip Cases - (8) Wireless VoIP Handsets P/N: F4W-VOIPPH-SO QTY: 15 EACH (120 Handsets Total) 2) Description: F4W FatNoe Expansion Kit - (1) FatNode Wireless Router, (2) 2.4 GHz radios, (2) 8dBi Omni-directional Antennas, (1) NEMA 67 Rated Enclosure, (1) 4-Meter Military Grade Masts (includes tripod and guy wires), (1) F4W FatNode Field Power Kit P/N: TWEB-FNWRI-EK-308-1.00.00 QTY: 1 EACH 3) Description: F4W Core 100 - 36 Network and Communications System - Licensed for 120 users (concurrent data and/or voice), (1) 1U Rackmount Network and Communications System, (1) 802.11b/g 54 Mbps Wireless Access Point, (1) 7 dBi Omni-Directional Antenna P/N: CORE-10036-SO QTY: 1 EACH 4) Description: 8 Hours F4W Onsite Deployment Training P/N: F4W-TRN QTY: 1 EACH 5) Description: 3 Year Extended Warranty & Support Plan - includes 24/7 telephone support, labor to 3 years, parts to 3 years, software upgrades to 3 years, provides loaner equipment during any repair periods. P/N: F4W-EXT-MT-3 QTY: 1 EACH * In addition to a quote for the 3 year Extended Warranty (Item # 5), please provide any other available options for extended warranties. We may not be able to go beyond a one year warranty due to fiscal year funding restraints on 1 year money. We are aware of the Basic Warranty & Support Plan (1 year parts, 90 day labor, business hours support and software upgrades for 1 year, no loaner equipment). Is there any option available to have the same coverage as the 3 year Extended Warranty in Item # 5 above, but for only one year? And, does the extended warranty have to be purchased at the same time as the equipment, or may it be purchased later? THIS IS A BRAND NAME ONLY REQUIREMENT. All products and support shall be provided NEW from the original manufacturer, F4W. Used products, refurbished products, or products through third party shall not be accepted. No other product from any other manufacturer shall be acceptable. Warranty: Standard Commercial Warranty shall be as specified. Installation is not required. EVALUATION FACTORS FOR AWARD: FEMA intends to award one Firm Fixed Price Purchase Order based on Low Priced Technically Acceptable (LPTA). Evaluation of price will be based on the offeror's aggregate price for all supplies or services as required above. Factor 1 - Technically Acceptable means offeror provides new products as detailed above. All items shall be quoted; incomplete quotes may not be considered. This is an "All or Nothing" acquisition. Offerors shall submit their Delivery time as estimated from after receipt of order (ARO). Factor 2 - Price, inclusive of any shipping costs to Emmitsburg, MD (21727), shall be evaluated. Award will be made on the basis of the lowest evaluated price of the quote meeting or exceeding the Factor 1. Past performance is not an evaluation factor for this acquisition. The offeror's initial quote shall contain the offeror's best terms from a total price (including any applicable shipping costs) and technical standpoint. The Government intends to evaluate quotes and award a delivery order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 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. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set Aside; 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; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) Offerors are reminded to include a completed copy of 52.212-3 with RFQ response, or provide an affirmative response that the offeror is registered in ORCA and all information in ORCA is current and complete. All clauses shall be incorporated by reference or full text in the purchase order. Additional contract terms and conditions applicable to this procurement are: Other Administrative Instructions: Central Contractor Registration (CCR). In accordance with FAR 52.212-4, Offerors shall be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Please submit email quotes (using PDF, MS Word or Excel attachments) to James Suerdieck at james.suerdieck@dhs.gov. Quotes are due by 4:00 pm Eastern on 25 AUG 2010. Any questions must be addressed to James Suerdieck by email only NLT 23 AUG 2010. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-10-Q-0156/listing.html)
- Place of Performance
- Address: 16825 South Seton Ave, Emmitsburg, Maryland, 21727, United States
- Zip Code: 21727
- Zip Code: 21727
- Record
- SN02242614-W 20100818/100816235809-036d0ebc76718f1b5ed0b65be9d9e351 (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 |