Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
SOLICITATION NOTICE

D -- Jordanian Armed Forces e-Army Network Upgrade

Notice Date
7/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J11Q0019
 
Response Due
8/1/2011
 
Archive Date
9/30/2011
 
Point of Contact
Angela Venes, 309-782-3832
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(angela.venes@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; proposals are being requested and a written solicitation will not be issued. It is anticipated that a firm-fixed priced, competitive purchase order will be issued for the necessary hardware and services to expand/upgrade the Jordanian Armed Forces e-Army Network. The objectives of this procurement are to continue system support, train the end-user technical personnel, and implement life-cycle upgrades for the afore-referenced network. The Performance Work Statement (PWS), Attachment 1, further describes the needs related to this procurement. This is a Best Value procurement utilizing cost-trade off procedures. Quoters shall reference Attachment 2 and Attachment 3, Instructions to Vendors and Evaluation of Quotes, respectively. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as Request for Quotation (RFQ) number W52P1J-11-Q-0019. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, Effective 01 April 2011. This procurement allows for full and open competition; it is not a set-aside for Small Businesses. The USG intends to procure the following supplies/services (Refer to the PWS for additional information, including the respective quantities): CLIN 0001: Hardware and Software CLIN 0002: Support Services CLIN 0003: JAF Technical Staff Training CLIN 0004: Travel (not to exceed amount) Per clause 52.212-1, quotations submitted in response to this solicitation shall include: (1) The solicitation number W52P1J-11-Q-0019; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following FAR clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM : 52.203-12Limitation on Payments to Influence Certain Federal Transactions 52.204-4Printed or Copied on Double-Sided or Recycled Paper 52.204-10Reporting Executive Compensation and First Tier Subcontract Awards 52.209-7Information Regarding Responsibility Matters 52.209-9Updates of Publicly Available Information 52.212-1Instructions to Offerors -- Commercial Items Attachment 2 (Instruction to Vendors) further describes required content of quotes. 52.212-2Evaluation - Commercial Items The Government will award a purchase order resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Attachment 3 (Evaluation of Quotes) further describes evaluation criteria applicable to this procurement. 52.212-3Offeror Representations and Certifications -- Commercial Items; 52.212-4Contract Terms & Conditions -- Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.203-6Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment 52.222.21Prohibition of Segregated Facilities; 52.222-25Affirmative Action Compliance; 52.222-26Equal Opportunity; 52.222-29Notification of Visa Denial; 52.222-35Equal Opportunity for Veterans; 52.222-36Affirmative Action for Workers with Disabilities; 52.222-50Combating Trafficking in Persons; 52.225-13Restrictions on Certain Foreign Purchases; 52.232-29Terms for Financing of Purchases of Commercial Items 52.232-33Payment by Electronic Fund Transfer - Central Contractor Registration 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.215-4511PPIRS-SR Statistical Reporting Test (Local Clause) a) The Offeror's past performance shall be evaluated in accordance with FAR 13.106-2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System - Statistical Reporting PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. The quality and delivery classifications identified for an offeror in PPIRS-SR will be used in conjunction with other provisions of this solicitation in performing the past performance evaluation. b) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems, during the source selection process. PPIRS-SR uses the past performance data collected to classify each supplier's performance by Federal Supply Class(es) or Service Code(s). c) Quality: The method used in PPIRS-SR to classify the quality of a supplier's past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the supplier's overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors: Dark Blue:Top 5% of suppliers in FSC group* Purple:Next 10% of suppliers in FSC group* Green:Next 70% of suppliers in FSC group* Yellow:Next 10% of suppliers in FSC group* Red:Bottom 5% of suppliers in FSC group* *If all supplier performance for an entire FSC group are equal, all suppliers in that group will be classified Green. d) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the supplier's Weighted Delivery Score. Delivery scores are calculated using the number of line items delivered and a weighting factor, which reflects the length of time a delivery was overdue. e) PPIRS-SR classifications are established monthly for each suppliers and can be reviewed at www.ppirs.gov Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at www.ppirs.gov The method to challenge a rating is also found on the afore-mentioned website. 52.215-4583Disclosure of Unit Prices (Local Clause) Unless the Offeror notifies the contracting officer of an objection to disclosure of its unit price (prior to submission of its initial proposal), it is the Government's intent to publicly release (which would include, but is not limited to, a public award synopsis, contractor debrief, procurement history web posting, or Freedom of Information Act (FOIA) request) the unit price(s) stated in the contract awarded under this solicitation. Any objection must be submitted in writing, providing a detailed explanation of how release of the awarded unit price would result in substantial competitive harm to the contractor. Objections will be reviewed to determine whether harm has been substantiated. Failure to timely notify the contracting officer waives any objection to disclosure of the unit price. A "unit price" is defined as the specified amount to be paid by the Government for the goods or services stated per unit, contract line item, or separately identified contract deliverable. The term "unit price" does not include any information on how the unit price was determined. This constitutes notification pursuant to Executive Order 12600. 52.225-14Inconsistency Between English and Translation of Contract 52.228-3Workers' Compensation Insurance (Defense Base Act) 52.232-1Payments 52.232-11Extras 52.232-4501U.S. Army Contracting Command, Rock Island, IL 52.233-2Service of Protest 52.233-4503AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extend, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft Belvoir, VA 22060-5527, Facsimile number (603) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 52.239-1Privacy or Security Safeguards 52.242-13Bankruptcy 52.242-4591Contractor Performance Information (Local Clause) The successful offeror/bidder under this solicitation is advised that after contract award, the contractor's performance will be subject to an assessment(s) in accordance with FAR 42.15 and AFARS 5142.1503-90. The Department of Defense Contractors Performance Assessment Performance System (CPARS) will be used to maintain the performance report(s) generated on this contract. The rating system to be used in this assessment shall be as follows: Exceptional (Dark Blue) - Performance meets contractual requirements and exceeds many to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Very Good (Purple) - Performance meets contractual requirements and exceeds some, to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective. Satisfactory (Green) - Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear, or were, satisfactory. Marginal (Yellow) - Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented. Unsatisfactory (Red) - Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains some serious problem(s) for which the contractor's corrective actions appear, or were, ineffective. The evaluation procedures to be used in this assessment, which include coordination with the contractor, are detailed in AFARS 5142.1503-90. 52.242-15Stop-Work Order 52.252-1Solicitation Provisions Incorporated by Reference The following DFARS clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VDFARA.HTM : 252.201-7000Contracting Officer's Representative 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.204-7000Disclosure of Information 252.204-7003Control of Government Personnel Work Product 252.204-7008Export-Controlled Items 252.209-7001Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004Subcontracting with Firms that are Owned or Controlled by Government of a Terrorist Country 252.212-7001Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items The following clauses listed in 252.212-7001 are incorporated: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181) 252.205-7000, Provision of Information to Cooperative Agreement 252.225-7027, Restriction on Contingent Fees for Foreign Military 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor 252.222-7002Compliance with Local Labor Laws (Overseas) 252.225-7041Correspondence in English 252.229-7000Invoices Exclusive of Taxes or Duties 252.229-7001Tax Relief 252.232-7008Assignment of Claims (Overseas) 252.232-7010Levies on Contract Payments 252.233-7001Choice of Law (Overseas) 252.239-7001Information Assurance Contractor Training and Certification Interested sources may submit a firm-fixed priced quotation which will be considered. Responses to this RFQ must be received by the Contract Specialist, Angela Venes, no later than 1 August 2011, 1400 CDT, at the following: Email: angela.m.venes.civ@us.army.mil Facsimile: 309-782-7257 Mail: CCRC-DC (A. Venes) 1 Rock Island Arsenal Rock Island, IL 61299 Questions regarding this solicitation shall be submitted to Angela Venes no later than 11 July 2011, 1400 CDT at angela.m.venes.civ@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e76229270697e833dffea5438da1d814)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-DC Rock Island IL
Zip Code: 61299-6500
 
Record
SN02488199-W 20110703/110701234445-e76229270697e833dffea5438da1d814 (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.