Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
MODIFICATION

66 -- Utility Mapping Systems for Timble GPS system

Notice Date
8/31/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
2103 S. 8th Ave, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA-12-T-0304
 
Response Due
9/4/2012
 
Archive Date
3/3/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W911SA-12-T-0304 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-04 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort McCoy, WI 54656 The MCC Sam Houston - ICO McCoy requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, TSC3, w/Trimble Access, not internal 2.4 GHz: radio, ABCD keypad, Trimble Navigation System Only, part #TSC3101-001, 1, ea; LI 002, Spar 300 Utility Mapping System, Brand Name or Equal, Must be compatible with the Trimble Navigation System. Two Li-:Ion, 4Ah batteries, travel charger (AC) two mounting spuds for: mounting on quick release brackets CD, Documentation content: Spar:300 getting started guide Spar 300 Reference Manual USB spar: interface cable Transport bag battery life: 10 hours., 1, EA; LI 003, Transmitter, Active Signal Transmitter, 10W, Vivax-Metrotech Loc-10Tx. Brand Name or Equal-Must be Compatible with Trimble Navigation system, Includes NiMH-based rechargeable battery, charger, 12VDC-supply cable (for external battery operation) ground: rod, conductive attachment, carry bag with storage, and clamp: optimized for 8 kHz. Active frequencies include: 32, 64, 98, 128, 256,491,512, 577,640, 982,1024, 1024, 8192, 8440, 9840 (Special VLF: 32 Hz mode for precision mapping using direct-connection made., 1, EA; LI 004, Specialized Application Utility Survey, Perpetual License-Trimble Access module to operate Spar 300 underground: utility mapping system. Note only runs on TSC3 or tablet. Must be used with Trimble Navigation System, 1, EA; LI 005, Part Number: 5217-04-YEL. BIPOD,TRB,1/2-13SS,UNIVERSAL - Converts a GPS Rover Rod into a tripod-legs extend to 6 feet for use in uneven terrain., 1, EA; LI 006, Trimble Range Pole Bracket, part #82758-00, 1, EA; LI 007, Rapid Charger-Rapid 30 Minute battery charger (AC/DC input), Brand Name or Equal-Must be compatible with Trimble Navigation System, 1, EA; LI 008, Trimble Navigation,Wheel, Rover Rod, part #5125-053, 1, EA; LI 009, Trimble Navigation, Pole Clamp, Q/R, 11/4?, CLAW, part #5200-150, 2, EA; LI 010, On site CAD Training (2) one day training-Autodesk Software. Must be training to use SPAR 300 utility mapping system or equal and work with Trimble Navigation. CAD-OS-100, 2, EA; LI 011, Survey Division for Trimble, - Must be training to use SPAR 300 utility mapping system or equal, 1, EA; LI 012, Trimble Office Software, Business Center Survey Standard, part #63600-00, 4, EA; LI 013, Geo 6000 GeoXH Handheld, Trimble Navigation system :(Standard Edition, with Floodlight) - 220 channel GNSS receiver with :real-time H-Star technology. Decimeter accuracy. Floodlight satellite: shadow reduction technology. Sunlight readable display. 4.2# :polarized screen for clarity in bright sunlight. 5 megapixel :autofocus camera. High capacity removable battery. part #89000-0001, 1, EA; LI 014, Geo 6000 GeoXH, Trimble Navigation System only, 2 year :Hardware Warranty Extension. (part number 47289-72), 1, EA; LI 015, TerraSync Centimeter: Software (part #45956-VG). The Trimble TerraSync software Centimeter edition supports a wide range of survey-grade receivers while providing all the functionality of of the Professional edition software. By leveraging RTK receivers, GIS field workers can achieve centimeter-accuracy using exiting GIS workflows. The Centimeter edition provides support for the Trimble R8, R6, R4, and 5800 RTK receivers. -Field software for your data collector -Smart time-saving features for effortless GIS data collection and maintenance -Seamless GPS control for quality position data -Graphical navigation and real-time map display -Runs on Trimble?s ruggedized Windows Mobile field computers -Requires activation. One license will run on one field device only -Comes with one-year of upgrades (extendable) NOTE: Web download only. No CD will be shipped., 1, EA; LI 016, Trimble Navigation System, GPS Pathfinder Office software update, - Upgrades an expired license of Pathfinder Office to :the current version and provides further one year of upgrades. NOTE: :A valid serial number of Pathfinder Office must be supplied at time :of order, which is: 005061-00300. Web download only. No CD will be shipped. (part # 34191-95) Must be compatible with Trimble equipment in this solicitation., 1, EA; LI 017, Pole Bracket: (Geo Explorer 6000 Series) Trimble Navigation System Only Range (part #88008-11), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCC Sam Houston - ICO McCoy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Sam Houston - ICO McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, 52.252-1 Solicitation Provisions Inc by Ref, 52.237-2 Protect of Government Buildings, Equipment, and Vegetation applies applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.204-9, Personal Identity Verification of Contractor Personnel, 52.252-2, 52-219-6 Notice of Total Small Business Set-Aside, Clauses Inc, 52.223-5, Pollution Prevention and Right to know information; 52.228-5 Insurance-Work on a Governmment Installation; to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-6,52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-18, and 52.232-33. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports,,and 252.247-7023 ALT III Transportation of Supplies by Sea. DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.225-7000 Balance of Payments Act Certificate; 252.225-7002, Qualifying Sources; 252.232-7010, Levies on Contract Payment; and 252.243-7001, Pricing of Contract Modifications, 252.204-7008, Export-Controlled Items; 252.204-7003, Control of government Personnel Work Product; 252.204-7004(Alt A)Central Contractor Registration; 252.225-7000 Buy American Act-Balance of Pay Program Cert; 252.225-7002, Qualifying Country Sources as Subs; 252.227-7000, Non-Estoppel; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights;252.223-7008 Prohibition of Hexavalent Chromium, 252.203-7005 Representation Relating to Compensation of Former DoD Officals, 252.215-7008 Only one Offer, 252.215-7007 Notice of Intent to Resolicit Sellers must be registered with the Central Contractor Registry (CCR) and complete Online Representations and Certifications Application (ORCA) prior to receipt of order. Information can be found at www.sams.gov. Sellers must be registered with the Central Contractor Registry (CCR) and complete Online Representations and Certifications Application (ORCA) prior to receipt of order. Information can be found at www.sams.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 90 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order (a) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (b) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (c) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type: The Contractor shall use the following document type(s): Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (i) Inspection location: ?To be determined? (ii) Acceptance location: ?To be determined? (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAACHQ0490 Issue By DoDAACW911SA Admin DoDAACW911SA Inspect By DoDAACW5CD3E Ship To CodeW5CD3E Ship From CodeTBD Accept By DoDAACW5CD3E (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered,unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. Inspector email address:TBA Acceptor email address: TBA (d) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: Installation ? 608-388-5226 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988 Sellers must be registered with the Central Contractor Registry (CCR) and complete Online Representations and Certifications Application (ORCA) prior to receipt of order. Information can be found at www.sams.gov. NAICS Code and Size Standard: 334511, 500 employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. 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 (HQ), Army Materiel Command (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 Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, 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. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. RAPIDGate Program: The RAPIDGate Program enables electronic verification of identity and access privileges at Fort McCoy?s access control points (ACPs), thereby improving security and streamlining access to the installation. Access Privilege Management Companies choosing to participate in the RAPIDGate Program will have streamlined access onto the installation. Participants will have access through all gates that size permits (Main Gate, Gate 5, Gate 15 and Gate 20) and will only be subject to RANDOM vehicle inspections. At the Main Gate RAPIDGate participants will be able to utilize either lane, enabling fast access onto the installation through that gate. Companies choosing not to participate in the RAPIDGate Program will be required to access the installation through the Main Gate, utilizing the commercial lane only. To enter the installation a pass is required for each person. Currently the maximum pass period is 30 days. Effective December 1, 2010, maximum day pass will be reduced to 14 days and on April 1, 2011 only a one day pass will be issued. To obtain a pass, you will be required to go to Vehicle Registration at the Welcome Center, show identification (i.e. driver?s license), vehicle registration, proof of insurance, contract award letter and/or bill of lading to obtain a pass to the installation. NO PASSES WILL BE ISSUED AT THE GATE. Vehicle Registration hours are Monday ? Friday 7:30a.m. ? 4:00p.m. Significant delays may result from choosing to access the installation by obtaining a one day pass. In which The Government will not be held responsible for any access delays. Contractor may not at any time request consideration as a result of choosing to access the installation using the day pass process. Enrollment/Registration Companies that service Fort McCoy may enroll in the RAPIDGate Program by calling 1-877-RAPIDGate (1-877-727-4342). The Program will confirm with the installation that the company has legitimate business on the installation. Once the company has enrolled, its employees can register at the self-service Registration Station located at the Fort McCoy Welcome Center. The RAPIDGate Program confirms the individual?s employment status with the company, and then performs identity authentication and background screening. Employees who qualify are issued a personalized RAPIDGate ID Badge. The Program performs background screening on a regular basis to verify continued eligibility in the Program. Questions about the Fort McCoy RAPIDGate Program should be addressed to info@rapidgate.com with the subject line RE: RAPIDGate Program, or to the Physical Security Branch, Directorate of Emergency Services at 608-388-4694. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with section 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interest of the Government. (b) The Offeror represents that ? (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. FAR 52.211-6, Brand Name or Equal; Sellers offering equivalent products shall submit supporting documentation for each equivalent product offered. Sellers should submit this documentation immediately following the submission of a bid. However, all Sellers shall submit their documentation not later than one (1) hour following the closing date and time of the Buy. Sellers can either attach this documentation to their bid using the Seller Attachments feature or send it to FedBid via email (Clientservices@fedbid.com) for transmission to the Buyer. FAILURE to provide the requested information within the specified time period may determine the Seller to be NON-RESPONSIVE.The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. BRAND NAME OR EQUAL CAN BE USED FOR CLINS 0002, 0003, 0004, 0007 AND 0010. This course will be providing training to 5 individuals. Two days will cover CAD training and one day cover Survey Training. Travel Cost for 2 day initial operator training located at Fort McCoy, WI ?Travel cost must be quoted in accordance with the Joint Travel Regulation Volume 2 for ?others traveling at DOD expense.? Please visit http://www.defensetravel.dod.mil/site/travelreg.cfm to view the Joint Travel Regulation Volume 2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21450cd4f171fa11ee6f730d0bcb8a25)
 
Place of Performance
Address: Fort McCoy, WI 54656
Zip Code: 54656
 
Record
SN02865038-W 20120902/120901000534-21450cd4f171fa11ee6f730d0bcb8a25 (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.