SOLICITATION NOTICE
99 -- This acquisition is for the purchase of Maintenance for an Interceptor Optical Network Security System.
- Notice Date
- 9/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-10-R-0220
- Response Due
- 9/24/2010
- Archive Date
- 11/23/2010
- Point of Contact
- Brett Scott, 703-428-0408
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(brett.scott1@us.army.mil)
- 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. Notice Type: Combined Synopsis/Solicitation Posted Date: September 21, 2010 Questions Due by: September 23, 2010 Proposal Due Date: Sep 24, 2010 12:00 PM EST Archiving Policy: Automatic, 15 days after response date Archive Date: October 9, 2010 This action is a 100% Small Business Set-Aside NAICS Code: 541512 ________________________________ Solicitation Number: W91WAW-10-R-0220 Notice Type: Combined Synopsis/Solicitation COMBINED SYNOPSIS / SOLICITATION ((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 acquisition is being conducted under FAR 13.5 Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) The National Capital Region Contracting Center (NCRCC), on behalf of the Department of Defense Inspector General (DoDIG), intends to award a Firm Fixed Price (FFP) contract for the purchase of equipment maintenance for an Interceptor optical Network Security System in accordance with the attached Request for Proposal (RFP). This procurement will be conducted as a 100% small business set-aside. The period of performance (PoP) for this requirement is one year or 12 months from the date of award. (III) The attached Solicitation (W91WAW-10-R-0220), is applicable and issued as a request for proposal (RFP). The NAICS code for this action is 541512 at $25,000,000.00. (IV) The anticipated award date for this requirement is 29 September 2010. All qualified small businesses are encouraged to submit a quote. Offeror quotes will be evaluated on a Lowest Price Technically Acceptable bases in accordance with the Evaluation Factors / Bases for Award section of the attached solicitation. All questions must be submitted to Brett Scott via email at brett.scott1@us.army.mil no later than 23 September 2010; 12:00 PM EST. Please copy Sonya Chaney at sonya.chaney@us.army.mil. V) Quotes are required to be received in the contracting office by email at brett.scott1@us.army.mil or fax at 703-428-1405, no later than 24 September 2010 at 5:00 PM EST. Please copy Sonya Chaney at sonya.chaney@us.army.mil. In the event that the Proposal will be faxed, please ensure that you contact Brett Scott by email or phone at 703 428-0408 or Sonya Chaney at 703 428-0409 before transmittal. REQUEST FOR PROPOSAL LINE ITEMS: LINE ITEM 0001: Interceptor Plus, 4-CH, 50um [1000-Base SX Network Equipment] QUANTITY: 1 Each, UNIT PRICE_____________; EXTENDED PRICE _____________; START DATE: __________. LINE ITEM 0002: Interceptor Plus, 2-CH, 50um [1000-Base SX Network Equipment] QUANTITY: 1 Each, UNIT PRICE_____________; EXTENDED PRICE _____________; START DATE: __________. LINE ITEM 0003: Micro Remote Termination Unit Interceptor Plus QUANTITY: 6 Each, UNIT PRICE_____________; EXTENDED PRICE _____________; START DATE: __________. LINE ITEM 0004: Interceptor Plus, 4-CH, 50um [1000-Base SX Network Equipment] QUANTITY: 2 Each, UNIT PRICE_____________; EXTENDED PRICE _____________; START DATE: __________.. LINE ITEM 0005: Interceptor Plus, 4-CH, 50um [1000-Base SX Network Equipment] QUANTITY: 8 Each, UNIT PRICE_____________; EXTENDED PRICE _____________; START DATE: __________. LINE ITEM 0006: Micro Remote Termination Unit Interceptor Plus QUANTITY: 12 Each, UNIT PRICE_____________; EXTENDED PRICE _____________; START DATE: __________. INSPECTION CONDITIONS AND TERMS : Delivery/Acceptance will be conducted by Michael Houser at the Department of Defense Inspector General (DoDIG). FAR PROVISIONS: Clauses Incorporated By Reference FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items, ALT I applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov (ORCA). If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2010) Clauses Incorporated By Full Text FAR.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Jul 2010), 52.203-6, 20,222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.232-33 and 52.222-41 FAR 52.217-8 Option To Extend Services (Nov 1999) FAR 52.217-9 Option To Extend The Term Of The Contract (Mar 2000) DFARS 252.232-7003 Electronic Submission Of Payment Requests and Receiving Reports (Mar 2008) BASIS FOR AWARD. This is a competitive acquisition for the award of a Firm Fixed Price contract in accordance with Subpart 12.6 and FAR 13.5. Award will be made on the basis of the lowest evaluated price proposal meeting or exceeding the acceptability standards for non-price factors. The contract will be awarded as a 100% small business set-aside. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. In the event the Government decides to hold discussions, pursuant to FAR 15.306(c) the Contracting Officer may establish a competitive range comprised of all of the most highly rated proposals, unless the range is further reduced for reasons of efficiency. Pursuant to FAR 52.215-1(f)(4), the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Offeror must receive at least an acceptable in each factor and subfactor to be eligible for award. A mere recitation of the solicitations requirements will not receive an acceptable rating. FACTORS TO BE EVALUATED FACTOR I TECHNICAL FACTOR II PRICE C. EVALUATION APPROACH All proposals shall be subject to evaluation by a team of Government advisors in accordance with the evaluation criteria stated in this solicitation. 1. TECHNICAL EVALUATION APPROACH: a. Understanding of the Requirement: In accordance with the Performance Work Statement (PWS) 2. PRICE EVALUATION APPROACH: Factor 1, Technical is significantly more important than Factor 2, Price. The Contracting Officer shall also conduct a price analysis in accordance with the techniques in FAR 15.404-1(b)(2). The price factor will become significantly more important in the event that non-price factors approach equality. To be eligible for an award, the contractor must be registered and active in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. Point of Contact (POC) Brett Scott (Contract Specialist) Army Contracting Command National Capital Region Contracting Center (NCRCC) (Division S-A) 200 Stovall Street, 11th Floor Alexandria, VA 22331 (703)428-0408 (office) (703) 428-1405 (fax) DSN: 328-0408 brett.scott1@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/006d71f66682c9fb04dfe10a1515d71f)
- Place of Performance
- Address: Department of Defense Inspector General ATTN: Ranarda Mathis, 400 Army Navy Drive Arlington VA
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN02290030-W 20100923/100921234719-006d71f66682c9fb04dfe10a1515d71f (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 |