SOLICITATION NOTICE
58 -- MEOC Upgrade and Service
- Notice Date
- 6/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 95 CONS, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524
- ZIP Code
- 93524
- Solicitation Number
- F1SEAD1112AG01
- Archive Date
- 7/13/2011
- Point of Contact
- Jacob Arola, Phone: 6612774647, Barbara L. Newkirk, Phone: 661-277-0792
- E-Mail Address
-
jacob.arola@edwards.af.mil, barbara.newkirk@edwards.af.mil
(jacob.arola@edwards.af.mil, barbara.newkirk@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 and DFARs Change Notice (DCN) 20110518. Federal Supply Class/Service (FSC) code is 5895. NAICS is 334220 and the size standard is 750 employees. This acquisition is a 100% Small Business set-aside. AFFTC/PKOA, Edwards Air Force Base, CA is seeking to purchase the following: Mobile Equipment Operations Communications (MEOC) Center technical refresh (including service plan for VOIP and Internet Usage). System/service solutions are being sought out on a brand name or equal basis I.A.W. FAR 52.211-6: 1. TOUGHSAT XP iDirect.98m Mobile 4W,.98m MSS mount, Controller with built-in WAP and iDirect 3100 Modem (Mobile Satellite System) - Qty 1 each 2. 6 Watt (Block Up Converter) BUC Upgrade (not required if base system is already 6 watt BUC) - Qty 1 each 3. PolyCom IP Phone 550: Four Line - Qty 2 each 4. Linksys Analogue Terminal Adapter (ATA) for Phone or Fax - Qty 1 each 5. iDirect Modem Provisioning (if applicable) - Qty 1 each 6. iDirect Usage Satellite Internet Service: 3Mbps download/1Mbps upload Burstable Bandwidth; Includes 3GB of Usage per Month (Includes 1 Static IP address) - Qty 12 Mos. (requesting a quote for monthly rate based upon 12 mos. of service) 7. iDirect IP Phone and Fax ATA Provisioning (if applicable) - Qty 3 each 8. Voice and Fax Configuration per Line, Onetime Fee (if applicable) - Qty 3 each 9. VoIP Bundle: Includes voice optimization - 20/20Kbps CIR, phone number with choice of area code and 1000 minutes of nationwide calling. 9a. VOIP Line - Qty 12 Mos. (requesting a quote for monthly rate based upon 12 mos. of service) 9b. VOIP Line - Qty 12 Mos. (requesting a quote for monthly rate based upon 12 mos. of service) 9c. Fax Line - Qty 12 Mos. (requesting a quote for monthly rate based upon 12 mos. of service) 10. Shipping (FOB: Destination) - Qty 1 each Offeror will pay for Shipping to: Edwards AFB 45 N Wolf Ave Bldg. 3930 Edwards CA 93524 United States 11. Installation and onsite training - Qty 1 each - Product conformance (installation/onsite training) needs to be accepted by the assigned Government program officer. This conformance will provide for a demonstration for the functionality of the system and peripherals. The conformance test must provide for an operational system and acceptance of that by the government. 12. Warranty - Qty 1 each - Provide warranty/onsite maintenance terms for the applicable equipment quoted. Any Warranty's that provide for more than one year past the original purchase date (extended) shall be provided at no cost to the government. Salient Characteristics: a. Satellite dish that can be mounted on a trailer and withstands 75mph winds b. Controller with built in Wireless Application Protocol (WAP) c. Modem with 6 watt Block Upconverter (BUC) d. Two Voice over Internet Protocol (VOIP) phone connections with phones included e. One VOIP fax line f. VOIP Service Plan that has monthly minutes (minimum 1000 minutes) g. Internet service plan that includes a 1Mbps upload and 3Mbps download or faster bandwidth, to support multiple computers Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit a complete quote via email to jacob.arola@edwards.af.mil including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Proposals that do not meet the minimum salient characteristics of this Request for Proposal will be considered non-responsive. Evaluation Criteria for proposals will be in order of importance: 1) Price 2) Onsite maintenance terms 3) Warranty A best value determination will be made based on these factors. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL: http://www.bpn.gov/. The following provisions and clauses apply: FAR Clause 52.204-7 -- Central Contractor Registration Clause 52.211-6 -- Brand Name or Equal Clause 52.212-4 -- Contract Terms and Conditions-Commercial Items; Clause 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, 52.232-33); Clause 52.252-2 -- Clauses Incorporated by Reference DFARS Clause 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003 -- Control of Government Personnel Work Product Clause 252.204-7004 -- Alt A Alternate A -- Central Contractor Registration Clause 252.204-7008 -- Export-Controlled Items Clause 252.211-7003 -- Item Identification and Valuation Clause 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (to include: 252.203-7000, 252.232-7003, 252.247-7023, Alt III) Clause 252.232-7010 -- Levies on Contract Payments AFFARS Clause 5352.201-9101 - Ombudsman Clause 5352.242-9000 - Contractor Access to AF Installations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/12345/F1SEAD1112AG01/listing.html)
- Place of Performance
- Address: Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02476253-W 20110619/110617234926-e328cd41b7c93496ba15a7c39d8327bf (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 |