SOLICITATION NOTICE
23 -- RF Shielded Container with Trailer - Attachment
- Notice Date
- 9/16/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-14-Q-0649
- Archive Date
- 10/7/2014
- Point of Contact
- Jenna A. Tarbania, Phone: 315-330-2260
- E-Mail Address
-
Jenna.Tarbania@us.af.mil
(Jenna.Tarbania@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Reps & Certs 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-14-Q-0649 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20140828. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 332311 and small business size standard is 500 employees. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination: Quantity: 1 Container/Trailer: 20' x 8' x 8'6" Radio Frequency (RF) Shielded Container built to Intelligence Community Directive Number 705 (ICD705) mounted to a 32' deck flatbed trailer with antilock brake system, appropriate weight distribution/sway control, and pintle hitch system. Container specifications: outer double doors, ½" white FRP plywood paneling on walls and ceiling, anti-slip flooring paint, no windows, four 24" x 48" drop-down workstations, two 24' x 48" bookshelves, one 4' x 5' white board mounted on same wall as TV mounts, an open rolling rack to mount server type hardware within a partitioned server room with an entrance door (8'x4'), mounts for 70" television, three 48" vapor lights, one exterior light, X10 with cypher locking hardware on main entry door, no alarm, no external camera, 2 fold down tables, 4 chairs, method to secure rolling racks for travel, 8 evenly spaced tie downs on floors/walls to secure equipment for travel. Power and power generator: one 100 amp single phase panel 120/230V and one 100 amp 3 phase 208/240V panel, one 100 AMP ATS switch, container shall connect to existing power and include five quad power outlets on two separate circuits and wall mounted non-metallic raceway, 100 amp pin and plug for shore power use, 15KW 80 AMP power generator with 32 gallon fuel tank. Estimated power load 100 amps (8 computers, 8 pieces of server equipment, 4 monitors, potentially 4 other pieces of hardware). Communications: TEMPEST requirement, up to 4 classified communications connections requiring a separate interface for each, no external phone connections, VOIP phone on internal network, CAT 5 Classified Fiber internal LAN, 72 hour UPS backup, external power hookups outside of the unit, fiber bundle and connector plate with 6 RJ-45 connectors/ 6 ST connectors/ 6 SC connectors, cable management trays mounted on walls above tables. HVAC unit to handle the specified equipment load (cooling/heating/humidity control). **Must submit proof that unit is built to ICD705 specifications to be considered for award** The required delivery & installation date is 60 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, (Eastern Time) 22 September 2014. Submit to: AFRL/RIKO, Attn: Jenna Tarbania, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Jenna.Tarbania@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. Offeror must also submit proof that unit is built to ICD705 specifications. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. A UID label is required for all items with a unit price greater than or equal to $5,000. (b)(12) 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. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's 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; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; All evaluation factors when combined are of approximate equal importance. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Re-representation 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management 52.239-1, Privacy or Security Safeguards The following additional FAR and FAR Supplement provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.211-7003, Item Identification and Valuation 252.215-7007, Notice of Intent to Resolicit 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7031, Secondary Arab Boycott of Israel 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7017, Notice Of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. The following additional terms and conditions apply: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-14-Q-0649/listing.html)
- Record
- SN03514685-W 20140918/140917000909-75a38aef3c520cb55e1f7285845bcc40 (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 |