Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2017 FBO #5819
SOLICITATION NOTICE

15 -- ITECS BPA for Software Engineering Directorate

Notice Date
10/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-R-0023
 
Archive Date
11/28/2017
 
Point of Contact
Porsha J Bell, Phone: 2569556734, Adelaide H. Stone,
 
E-Mail Address
Porsha.j.bell.civ@mail.mil, adelaide.e.stone.civ@mail.mil
(Porsha.j.bell.civ@mail.mil, adelaide.e.stone.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description starts with 3.1, no information has been omitted. 3.1. 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; proposals are being requested and a written solicitation will not be issued. 3.2. The solicitation number for this streamlined acquisition is W31P4Q-18-R-0023 and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. This acquisition is a Small Business Set-Aside (SBSA). 3.3. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR. Individual purchases under this BPA will not exceed the Simplified Acquisition threshold. 3.4. The associated North American Classification System (NAICS) code is 334419. The small business size standard is 1,000 employees. 3.5. The Army Contracting Command, - Redstone on behalf of the U.S. Army Aviation and Missile Research, Development and Engineering Center's (AMRDEC's) Software Engineering Directorate (SED) intends to establish a constellation of Blanket Purchase Agreements (BPAs) for the future competitive acquisition of commercial equipment, hardware and software on a SBSA basis within a 60 mile radius of Redstone Arsenal, Alabama. The SED is a center of technical excellence to Service-specific and Joint Service technologies and programs throughout the Department of Defense (DoD) and Other Government Agencies (OGAs). The SED provides a Government test bed for emerging concepts experimentation; architecture development and refinement; rapid prototyping; technology insertion and transition; multi-service weapon system interoperability, systems engineering and integration; modeling/simulation; training; test and evaluation; and Command, Control, Communications, Computers and Intelligence (C4I) optimization in support of Combat Developers, Materiel Developers, Warfighters and other customers including requirements supporting Foreign Military Sales (FMS). The proposed ITECS BPA constellation will support the Software Engineering Directorate and its customers, Army and Other Services' Program Managers, Program Executive Offices, and Other Government Agencies (OGAs) across the lifecycle of supported weapon systems and technology development and integration efforts. The proposed ITECS BPA constellation is used to support Government-direct acquisition of equipment required to accomplish the SED mission. The ITECS BPA constellation is just one acquisition strategy available to the Government for acquiring material needed to accomplish its mission. The Government may also elect to acquire material through services contracts that is the culmination of material adaptation and modification that provides the Government with a turn-key technical solution. 3.6. Following establishment of the ITECS BPA constellation, the U.S. Army Contracting Command reserves the right to compete individual requirements below the simplified acquisition threshold with small businesses, woman owned businesses, HUBZone or Service Disabled Veteran-owned small businesses to accomplish its socio-economic goals. 3.7. The initial BPAs will be issued for a period of six (6) months, with one six (6) month option period and four (4) one-year option periods to renew. The Contracting Command - Redstone reserves the right to cancel any company's BPA for any reason including poor performance and/or if the company's prices are determined to be no longer competitive. In addition, the Army Contracting Command - Redstone may solicit additional companies at any time to replace or increase existing BPAs to fulfill the Army Contracting Command - Redstone's requirements. 3.8. The Government is seeking a centralized vehicle, which offers a wide array of commercial computer hardware and software products, electronic/electrical products, communications equipment and other equipment required to support the SED mission and customers that may be used in developing, acquiring and sustaining new technical capabilities through the integrated use of these products and to fulfill customer requirements. These products are often specialized configurations of commercial information technology equipment, electronic/electrical products and communications equipment required to meet RDT&E, Procurement, Operation and Maintenance (O&M) and FMS funded applications. This range of products and capabilities will include computer hardware, software and licenses, maintenance; electrical/electronic equipment and components; electro-mechanical equipment and components; communications equipment; web-based information technology acquisition statusing systems; general and specialized support equipment required to accomplish the SED technical mission and information technology conferencing. Purchases under the BPA's shall be limited to the following Federal Supply Classes: 15 (Aircraft and Airframe Structural Components); 16 (Aircraft Components and Accessories) 17 (Aircraft Launching, Landing and Ground Handling Equipment): 19 (Ships, Small Craft, Pontoons, and Floating Docks) 20 (Ship and Marine Equipment): 23 (Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles); 28 (Engines, Turbines and Components); 29 (Engine Accessories): 30 (Mechanical Power Transmission Equipment): 31 (Bearings); 34 (Metal Working Equipment); 36 (Special Industry Machinery): 38 (Crane Equipment): 39 (Material Handling Equipment); 40 (Rope, Cable, Chain, and Fittings): 41 (Refrigeration, Air Conditioning & Air Circulating Equipment); 42 (Fire Fighting, Rescue, and Safety Equipment; and Environmental Protection Equipment and Materials); 43 (Compressors, Pumps); 44 (Air Purification Equipment); 47 (Pipe, Tube, Hose, and Fitting Material); 49 (Maintenance and Repair Shop Equipment) 51 (Hand Tools); 52 (Measuring Tools); 53 (Hardware and Abrasives); 54 (Prefabricated Structures and Scaffolding); 56 (Construction and Building Materials) 58 (Communication, Detection and Coherent Radiation Equipment); 59 (Electrical and Electronic Equipment Components); 60 (Fiber Optics Material, Components, Assemblies and Accessories); 61 (Electric Wire and Power Distribution Equipment); 62 (Electrical Lighting Equipment); 63 (Alarm, Signal and Security Detection Systems); 66 (Instruments and Laboratory Equipment); 67 (Photographic Equipment); 68 (Chemicals and Chemical Products): 69 (Training Aids and Devices); 70 (ADP Equipment Software, Supplies and Support Equip); 71 (Office and Laboratory Furniture); 73 (Preparation and Serving Equipment) 74 (Office Machines, Text Processing Systems and Visible Record Equipment) 76 (Books, Maps, and Other Publications) 80 (Brushes, Paints, Sealers, and Adhesives) 81 (Containers, Packaging and Packing Supplies); 83 (Textiles, Leather, Furs, Apparel, Tents and Flags); 93 (Nonmetallic Fabricated Materials) 94 (Fabricated Raw Materials); 95 (Metal Bars, Sheets and Shapes); and 99 (Miscellaneous) J0 (Maintenance, Repair and Rebuilding of Equipment for the Federal Supply Codes above) Examples of items that the Army Contracting Command-Redstone may be procuring through the ITECS BPA constellation are as follows: Information Technology Equipment - High performance desktop computers High performance notebook/laptop computers Rack-mount computers VME -based rack-mount computers Computer peripheral equipment Interface devices Dongles Printers (B/W and color) Scanners (B/W and color) High Performance Video cards RAM Chipsets External Hard Drives Computer monitors Sound cards Notebook/laptop batteries Notebook/laptop docking stations Notebook/laptop security devices Portable high-speed Serial Advanced Technology Attachment (SATA) Firewire and USB hard drive cases and drives VME-based rack-mount computer peripheral boards and peripherals Modems CAC readers Cables CPU holders CPU fans Embedded computer processors and components Mass Data Storage Equipment to include RAID* units RAID storage systems maintenance software Optical data and storage media Network routers, hubs and switches Network security devices Fiber optic channel ports Fiber optic network management software Dual port fiber optic channel cards Specialized security software to include anti-spyware, malware, anti-virus Graphics engine/visualization software 3-D visualization data compiler and generation software Computer code compiler software and maintenance Computer versioning software Automated tape or disc libraries Data tape cartridges Hardware and software program detection software Test software Standard OEM software maintenance and technical support Commercial sensor model simulations Software operating systems Software development, analysis and conversion tools Database generation and conversion software tools Electronics Equipment - Adapters Amplifiers Large scale video display systems Video processing encoders/decoders Video storage, playback and digitization equipment Miscellaneous/specialized electronic components/assemblies Electronic/electrical connectors, blocks, brackets, distribution racks Electrical wiring, plugs, assemblies, splitters DVD recorders/players Cables Electrical cabinets Communications Equipment - Line of sight and satellite communications equipment Teleconferencing equipment Towers and other communications mounting equipment Modems Attenuators Support Equipment - Aircraft and airframe structural components Aircraft components and accessories Aircraft launching, landing and ground handling equipment Ships, small craft, pontoons and floating docks Ships and marine equipment Ground effect, vehicles, motor vehicles, trailers and cycles Propulsion systems including engines, engine accessories, turbines and components Mechanical power transmission equipment Industrial marking machines Rubber and plastics working machinery Crystal and glass industries machinery Gas generating and dispensing systems, fixed or mobile Specialized metal containers Specialized semiconductor, microcircuit, and printed circuit board manufacturing equipment Controlled environment clean work stations Dust controlled facilities Uninterruptible Power Supplies (UPS) and/or Surge Protection Equipment Electrical power generators Electrical power conditioning equipment Fax machines Tents, shelters, pre-fabricated structures and mobilizing equipment Security detection systems Shock and vibration hardened storage and transportation containers Environment Control Unit (ECU)/shelter equipment and components Electronic Counter Measures (ECM) material or equipment Fieldable Air Conditioning & Heating Equipment Hand tools and measuring tools Metal bar stock, plates, sheets, and rods Lighting equipment Photographic equipment Laboratory tools Machining Equipment Laboratory workbenches, shelving, trays, portable lifting equipment Laboratory integration equipment Laboratory and specialized test equipment Signal generators Training aids and devices Land line telephones Tents Headphones Voice over Internet Protocol (VOIP) phones, support software and maintenance Global Positioning System (GPS) receivers and related software Vision enhancement equipment to include binoculars, night vision equipment Laboratory safety equipment Document shredders Cable ducts, raceways, managers *RAID = Redundant Array of Inexpensive Disks Original Equipment Manufacturer (OEM) equipment will be specified in many instances because it has proven reliability in field exercises and laboratory applications to provide cost efficient performance and reliability or because it is compatible with existing equipment. BPA holders may be required to provide quotations in some instances based on an equipment specification provided by the Government. 3.9. Currently, the Army Contracting Command - Redstone and AMRDEC has access to existing contract vehicles through the USA Communications and Electronics Command (USACECOM) through which it procures Army customer office automation/Information Technology (IT) equipment through the U.S. Army Computer Hardware, Enterprise Software and Solutions (CHESS) Enterprise IDIQ contracts in compliance with SAIS-GKP memorandum, 04 May 09, subject: Use of CHESS as the Primary Source for Procuring Commercial IT Hardware and Software. Specific hardware items that are available through CHESS sources that meet SED specifications for Army requirements will not be ordered through ITECS BPAs resulting from this synopsis and solicitation. Other Services or OGA requirements for IT may be acquired through BPAs awarded through this synopsis and solicitation. Software items for Army requirements that are available through CHESS Enterprise contracts will not be ordered through BPAs resulting from this synopsis and solicitation. 3.10. Following the establishment of the BPAs resulting from this synopsis and solicitation, the Army Contracting Command will compete any future ITECS requirements among a subset of BPA holders, using vendor rotation as determined by the Ordering Officer/Contracting Officer. In accordance with AFARS 5113.303-1, the Government reserves the right to conduct Reverse Auctions. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. Future requirement Call Orders will be identified by a Call Order numbering system determined by the Government. BPA holders selected through the BPA Holder vendor rotation established by the Ordering Officer/Contracting Officer will be notified electronically of new Call Order requirements through the issuance of a Call Order Request for Quotation (RFQ) email from either the Ordering Officer/Contracting Officer, identifying by the part number, description, quantity, required delivery date and date/time for submission of the quotation. The BPA contractors shall submit through the forum identified in the Call Order RFQ email its quotation for price and delivery in response to the Call Order RFQ. The Contracting Officer or their designated Ordering Officer shall specify the Call Order Quotation response time for each Call Order RFQ dependent upon the size, complexity and urgency of the requirement. Failure to submit a complete and timely response to a BPA Call Order RFQ may result in it being determined non-responsive to the Call Order RFQ and may serve as the basis for reduced use of the contractor during subsequent vendor rotation or cancellation of the BPA in it entirety. The award of all Call Orders issued under BPAs established through this solicitation and synopsis will be based on best value, considering price and delivery and will be for the entire Call Order requirement unless otherwise specified by the Contracting Officer. Contractors submitting a timely response and adequate documentation required in response to this synopsis and solicitation, and to whom a BPA is ultimately awarded, agree to waive their right to protest the award of all future Call Orders. Following issuance of a specific Call Order to the BPA Holder, that contractor shall assume responsibility for (1) providing within 3 working days an email to the ITECS Ordering Officer/Contracting Officer, verifying that the ITECS BPA Holder has issued the necessary Purchase Order(s) for all required equipment and providing in that email a copy of its vendor Purchase Order(s) with the line item. The ITECS BPA Holder is responsible for updating the appropriate ITECS Ordering Officer regarding changes in vendor delivery schedules that exceed Call Order delivery dates and will be reflected in the contractor's past performance assessment. All BPA Holders determined under this synopsis and solicitation will be required to bill and accept payment through both the Government Purchase Card and the Government's Wide Area Work Flow iRAPT system. It is currently planned that actions with a value up to $150,000 will be processed by the Ordering Officer. The Contracting Officer may also elect in some instances to issue ITECS Delivery Orders against the respective ITECS BPA. 3.11 Place of delivery will vary, but most deliveries will go to the U.S. Army Aviation and Missile Command JSIL ATTN: RDMR-BAJ/Rita Owens 256-876-8830 BLDG 6263 Hackberry Road Redstone Arsenal, AL 35898-5280 However, the Government may require delivery at other CONUS and OCONUS locations. The delivery location will be specified in each Call Order RFQ issued under the authority of the BPA. 3.12. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. In addition, Offerors are required to submit through email, by the date and time specified below, the following information in response to this synopsis and solicitation: (1) Contractor certification that it is capable of ordering all equipment specified in the Federal Supply Classifications identified in paragraph 3.8., above. (2) Contractor certification that it will accept payment for ITECS equipment acquired through any BPA Call Order(s) for each Call Order executed against its BPA through a Government Credit Card and thru Wide Area Work Flow iRAPT. (3) The contractor will be required to identify the location of its corporate address to verify through its response to this synopsis and solicitation that is within a 60 mile radius of Redstone Arsenal, AL as determined by the Contracting Officer. All responses to this synopsis and solicitation provided by contractors determined to be outside this radius will be non-responsive to the requirements of the synopsis/solicitation and not evaluated for subsequent award. The determination of the Government concerning the mile radius of Redstone Arsenal, AL is under the sole purview of the Contracting Officer and may be disputed by the contractor determined to be not within the 60 mile radius, but will not be the basis of restraining the issuance of BPAs to otherwise successful contractors. Contractors determined by the Contracting Officer to be within the required 60 mile radius of Redstone Arsenal, AL, may not be disputed by other contractors. (4) Contractor certification that it is registered in System for Award Management (SAM) and that at the time of its response to this synopsis and solicitation that it is compliant with the synopsis and solicitation NAICS Code. (5) The contractor shall furnish in its email response to this synopsis and solicitation a digital copy of a letter of credit from its banking institution furnished on banking institution letter head and signed by an authorized representative of that institution identifying in whole U.S. dollars the amount of the contractor's line of credit. (6) Small businesses responding to this synopsis and solicitation must furnish the following information by email submission. All of the below information must be included in the email response to this synopsis and solicitation: - Small business name and address: - CAGE Number: - Taxpayer Identification Number: - DUNs: - Socio-Economic Status: 3.13. FAR 52.212-2, Evaluation -- Commercial Items. This clause will be used to evaluate offerors for awarding BPAs. The Government intends to award a maximum of 10 BPAs resulting from this solicitation to offerors responding to the requirements of this synopsis and solicitation and, more specifically paragraph 3.12, above. It is the intent of the Government to establish BPAs with contractors meeting the requirements of this synopsis and solicitation. All offerors submitting responses to this Synopsis and Solicitation, must provide the information in 3.12(1) through (6), with elements 3.12(1) (2), (3), (4) and (6) evaluated as Go/No Go. Failure to meet the requirements of those sections will be cause for the offeror's submission to be considered Non-Responsive and disqualified from further evaluation. If the Government receives more than 10 responses to this synopsis and solicitation the responses will be evaluated by ranking the dollar amount of the contractor's line of credit furnished in response to above section 3.12(5) to this synopsis and solicitation, rank ordering the respondents from the highest to the lowest dollar value of their letter of credit. The contractors submitting the top 10 responses to this synopsis and solicitation will be awarded BPAs. 3.14. Offerors must include a completed copy of the following provisions with its offer: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 3.15. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 3.16. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition: FAR 52.233-1, Disputes, FAR 52.233-4, Applicable Law for Breach of Contract Claim, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns, FAR 52-219-14, Limitations on Subcontracting, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52-222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees, FAR 52.225-13, Restrictions on Certain foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36, Payment by Third Party. The clause at FAR 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition: FAR 52.203-3, Gratuities, DFARS DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders, Preference for Certain Domestic Commodities, DFARS 252.225-7014, Preference for Domestic Speciality Metals, DFARS 252.225-7015, Restriction of Acquisition of Hand or Measuring Tools, DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, DFARS 252.225-7021, Trade Agreements, DFARS 252.227-7015, Technical Data Commercial Items, 252.227-7037, Validation of Restrictive Markings on Technical Data, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.243-7002, Requests for Equitable Adjustment, DFARS 252.247-7023, Transportation of Supplies by Sea, The following clauses will also apply: DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card, DFARS 252.211-7003, Item Identification and Valuation, DFARS 252.232-7010, Levies on Contract Payments. In accordance with Section 508, the USAMCOM requires that all Electronic Information Technology (EIT), as that term is defined at FAR 52.101, delivered under the contract comply with the applicable EIT accessibility standards issued by the Architectural and Transportation Barriers Compliance Board set forth at 36 CFR Part 1194. 3.17. This solicitation shall not be construed as a commitment of any kind to place subsequent Call Orders following the establishment of a BPA with any contractor. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. 3.18. Contractors currently providing technical and programmatic support services to SED are considered to have an inherent conflict of interest in providing sound and unbiased recommendations of possible materiel acquisition solutions to address technical issues being addressed by the SED and then subsequently competing for the opportunity to provide this materiel, particularly in a performance specification environment. For this reason, prime contractors and their subcontractors currently providing technical and programmatic support services to the SED under the following contracts are prohibited from submitting BPA proposals in response to this synopsis and solicitation: W31P4Q-15-A-0024/0001 W31P4Q-15-A-0024/0002 W31P4Q-09-A-0023/0056 W31P4Q-09-A-0016/0003 W31P4Q-09-A-0016-0001 W31P4Q-16-A-0003/0001 The resultant Prime Contractor for AMCOM EXPRESS TORP 2016P-13 The resultant Prime Contractor for GSA OASIS RFQs/Task Orders providing Engineering and Technical Services for: - Battlefield Systems - Strategic Systems - Virtual Systems GSA OASIS Contract W31P4Q-15-F-0007 (Aviation SCRS) Requests for the establishment of BPAs from these contractors and subcontractors will not be processed. Submission of BPA proposals by these firms will be considered non-responsive to this synopsis and solicitation. Offerors must include in their submission if they have a conflict of interest or not with the above mentioned contracts. 3.19. Any contractor that obtains a BPA through this synopsis and solicitation may request authorization from the Contracting Office to order from General Supply Schedule contracts from the Contracting Officer. 3.20. Performance of this effort is UNCLASSIFIED. Contractor personnel without security clearances and proper additional entry authorization will require escorted access to SED facilities at Redstone Arsenal, AL or annexes in order to meet with Government personnel concerning SED equipment acquisitions and to deliver or pick up equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c58e194404f5da7cb8a39a4bf4641b60)
 
Record
SN04724863-W 20171029/171027230712-c58e194404f5da7cb8a39a4bf4641b60 (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.