SOLICITATION NOTICE
58 -- Signal Acquisition System Network & Integration, Spectrum Monitoring Low and High Band Integration
- Notice Date
- 3/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W81R8T9061RM01
- Response Due
- 4/6/2009
- Archive Date
- 6/5/2009
- Point of Contact
- Laura StJohn, 928-328-6124<br />
- Small Business Set-Aside
- N/A
- Description
- This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, 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. The awarded contract will be a firm fixed priced contract. The deadline for technical questions is 30 March 2009, 12:00 PM Mountain Standard Time (MST). The deadline for proposals is 06 April 2009, 12:00 PM MST. All questions and proposals shall be clearly marked with Request for Quote Number W81R8T-9061-RM01 and emailed to the POC listed below or sent by facsimile to 928-328-6849 no later than the deadline dates and times. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31, effective 19 March 2009 and Defense Federal Acquisition Regulation (DFAR) current to DCN 20090115. This solicitation is issued on an unrestricted basis. The North American Industry Classification System (NAICS) is 334220 with a size standard of 750 employees. All prospective offerors must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of the following Contract Line Item Numbers (CLINs): CLIN 0001 Quantity 5 ea (4 fixed and 1 mobile), Correlative Interferometer DF Antenna CLIN 0002 Quantity 5 ea, Installation, Integration, and training for DF Antenna CLIN 0003 Quantity 5 ea, Software License for DF Antenna Option to purchase 3 additional systems: SubCLIN 1001 Option - Quantity 3, Additional Fixed Correlative Interferometer DF Antenna SubCLIN 1002 Option Quantity 3, Installation, Integration, and training for DF Antenna SubCLIN 1003 Option Quantity 3, Software License for DF Antenna The Combined Synopsis/Solicitation (CSS), Specifications, and any other documentation are located at the U.S Army Contracting Agency Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. All quotes shall include shipping costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Delivery is required within 26 weeks of contract award date. Delivery, acceptance and FOB point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government. Technical and past performance are considered significantly more important than price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement; 2. Past performance; 3. Price 1. Technical capability of the item offered to meet the Government requirement: The evaluation process will consider the following: a. Understanding of the Problems. The proposal will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in solving the integration problems and meeting the requirements; and the extent to which uncertainties are identified and resolutions proposed. Vender must show proof of NTIA/ITU spectrum compliant certification with his proposal. b. Feasibility of Approach. The proposal will be evaluated to determine the extent to which the proposed approach is workable and the end results achievable. The proposal will be evaluated to determine the extent to which successful performance is contingent upon proven devices and techniques that do not require excessive development. The proposal will be evaluated to determine whether the offeror's methods and approach in meeting the requirements in a timely manner provide the Government with a high level of confidence of successful completion. The proposal will be evaluated to determine the extent to which the offeror is expected to be able to successfully complete the proposed tasks and technical requirements within the required schedule. The vender shall submit a technical solution; on how they will integrate a low band phase arrayed DFing antenna, an Orbit spinning high band DFing antenna, into existing Agilent spectrum monitoring equipment, and how they will establish an operational control facility in the YPG Spectrum Management Office (SMO) for operation and controlling 4 fixed sites and one mobile van. c. Flexibility. The proposal will be evaluated to determine the extent to which the approach facilitates the implementation of both cost effective and simplified enhancements, unanticipated future changes to the overall system, and future expansion. 2. Past Performance: Past and or current performance will show at least 4 DoD test ranges or contracts where vendor has integrated DFing systems with other spectrum processors such as Agilents Blackbird, and is able to provide integration of an Orbit DFing antenna system into the Agilent Blackbird and what the command achieved as a result of the performance. Past performance information shall include the following: (1) Contract Number, (2) Company/Agency Name and Address, (3) Point of Contact (Name) with Phone Number and Email Address and (4) Brief synopsis of project to include price 3. Price: Price is the least important evaluation criteria. This CSS includes options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jun 2008), and FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005) apply to this acquisition. In order to complete the Representations and Certifications for FAR 52.212-3 and DFAR 252.212-7000 you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete. (An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Mar 2009) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995), 52.212-2 Evaluation Commercial Items (Jan 1999), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-28 Post Award Small Business Program Representation (June 2007), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222- 39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) and 52.247-34 FOB Destination (Nov 1991). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) applies to this acquisition, and specifically 52.203-3 Gratuities (Apr 1984), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991) 252.211-7003 Item Identification and Valuation (Aug 2008), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008), 252.226-7001 Utilization of Indian Organization, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004), 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.243-7002 Request for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the POC listed below for notification of amendments.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c09ee4ba9439922ca9e9b724015017a&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
- Zip Code: 85365-9106<br />
- Zip Code: 85365-9106<br />
- Record
- SN01776006-W 20090326/090324215622-0c09ee4ba9439922ca9e9b724015017a (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 |