Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
MODIFICATION

D -- OPTION - Land Mobile Radio (LMR) Maintenance

Notice Date
1/28/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
BLDG 7124, FORT LEE, VA 23801
 
ZIP Code
23801
 
Solicitation Number
W91QF5-15-P-8378_01
 
Response Due
2/6/2015
 
Archive Date
8/5/2015
 
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
N/A
 
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 W91QF5-15-P-8378_01 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 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $27.50M.This requirement is unrestricted 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 2015-02-06 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT LEE, VA 23801 The MICC Fort Lee requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 03/02/2015 - 03/01/2016 LI 001: The Network Enterprise Center ? Fort Lee standalone Trunked Land Mobile Radio (TLMR) System, Motorola Inc. Astro 25.7.11v that supports first responders and non-1st responders radio communications. The Astro25 TLMR system supports Association of Public-Safety Official (APCO) Project 25 (P25) interoperability standards for first responders and involves providing mutual aid radio communications required by first responders with state and regional 1st responders. The purpose of this solicitation is to procure maintenance coverage for the TLMR. Maintenance coverage should include: ?Information Assurance / Security Services oSecurity Update Service (SUS) Platinum that tests the latest commercial security software updates as they are released by the software vendors and validates them for safe deployment with our radio networks. Security Update Service Platinum ensures that antivirus definitions for both Microsoft and UNIX platforms, operating system software patches, and Intrusion Detection System (IDS) signature files for Motorola-provided IDS are compatible and will not interfere with ASTRO 25 network functionality. oSTIG Backporting ?Support / Maintenance Services oTechnical Support oNetwork Monitoring oDispatch Services oOn-site Infrastructure Response oNICE Support oInfrastructure Repair with Advance Replacement service covers the repair of all equipment manufactured by Motorola, as well as equipment from third-party infrastructure vendors oNetwork Preventive Maintenance that provides an operational test and alignment of infrastructure or fixed network equipment to ensure that it meets original manufacturer?s specifications oLocal Radio Support that provides an operational check control stations to identify external or internal defects oRadio Repair ? Service from the Start-Life oTechnical Assistant Base Year: 2 March 2015 ? 1 March 2016, 1, EA; Option 1 Period of Performance: 03/02/2016 - 03/01/2017 LI 001: The Network Enterprise Center ? Fort Lee standalone Trunked Land Mobile Radio (TLMR) System, Motorola Inc. Astro 25.7.11v that supports first responders and non-1st responders radio communications. The Astro25 TLMR system supports Association of Public-Safety Official (APCO) Project 25 (P25) interoperability standards for first responders and involves providing mutual aid radio communications required by first responders with state and regional 1st responders. The purpose of this solicitation is to procure maintenance coverage for the TLMR. Maintenance coverage should include: ?Information Assurance / Security Services oSecurity Update Service (SUS) Platinum that tests the latest commercial security software updates as they are released by the software vendors and validates them for safe deployment with our radio networks. Security Update Service Platinum ensures that antivirus definitions for both Microsoft and UNIX platforms, operating system software patches, and Intrusion Detection System (IDS) signature files for Motorola-provided IDS are compatible and will not interfere with ASTRO 25 network functionality. oSTIG Backporting ?Support / Maintenance Services oTechnical Support oNetwork Monitoring oDispatch Services oOn-site Infrastructure Response oNICE Support oInfrastructure Repair with Advance Replacement service covers the repair of all equipment manufactured by Motorola, as well as equipment from third-party infrastructure vendors oNetwork Preventive Maintenance that provides an operational test and alignment of infrastructure or fixed network equipment to ensure that it meets original manufacturer?s specifications oLocal Radio Support that provides an operational check control stations to identify external or internal defects oRadio Repair ? Service from the Start-Life oTechnical Assistant Option Year 1: 2 March 2016 ? 1 March 2017, 1, EA; Option 2 Period of Performance: 03/02/2017 - 03/01/2018 LI 001: The Network Enterprise Center ? Fort Lee standalone Trunked Land Mobile Radio (TLMR) System, Motorola Inc. Astro 25.7.11v that supports first responders and non-1st responders radio communications. The Astro25 TLMR system supports Association of Public-Safety Official (APCO) Project 25 (P25) interoperability standards for first responders and involves providing mutual aid radio communications required by first responders with state and regional 1st responders. The purpose of this solicitation is to procure maintenance coverage for the TLMR. Maintenance coverage should include: ?Information Assurance / Security Services oSecurity Update Service (SUS) Platinum that tests the latest commercial security software updates as they are released by the software vendors and validates them for safe deployment with our radio networks. Security Update Service Platinum ensures that antivirus definitions for both Microsoft and UNIX platforms, operating system software patches, and Intrusion Detection System (IDS) signature files for Motorola-provided IDS are compatible and will not interfere with ASTRO 25 network functionality. oSTIG Backporting ?Support / Maintenance Services oTechnical Support oNetwork Monitoring oDispatch Services oOn-site Infrastructure Response oNICE Support oInfrastructure Repair with Advance Replacement service covers the repair of all equipment manufactured by Motorola, as well as equipment from third-party infrastructure vendors oNetwork Preventive Maintenance that provides an operational test and alignment of infrastructure or fixed network equipment to ensure that it meets original manufacturer?s specifications oLocal Radio Support that provides an operational check control stations to identify external or internal defects oRadio Repair ? Service from the Start-Life oTechnical Assistant Option Year 2: 2 March 2017 ? 1 March 2018, 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, MICC Fort Lee 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. MICC Fort Lee 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e76ce4a9af443226b99a375d34909f7)
 
Place of Performance
Address: FORT LEE, VA 23801
Zip Code: 23801
 
Record
SN03627020-W 20150130/150128235310-0e76ce4a9af443226b99a375d34909f7 (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.