SOLICITATION NOTICE
58 -- Last mile hop engineering, furnishing, installation, and tune up of microwave radio link equipment to connect military armories to network communications backbone.
- Notice Date
- 7/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Montana, USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V09T4006
- Response Due
- 8/24/2009
- Archive Date
- 10/23/2009
- Point of Contact
- Brad Willcockson, 4063243407<br />
- E-Mail Address
-
USPFO for Montana
(brad.willcockson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- MONTANA ARMY NATIONAL GUARD Combined Synopsis/Solicitation W9124V-09-T-4006 REQUEST FOR QUOTE FOR: LAST MILE HOP RADIO EQUIPMENT AND INSTALLATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are hereby requested and a written solicitation will not be issued. The NAICS code is 517919 and the size standard for consideration as a small business is less than $25.0 million in annual revenue. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Proposers shall quote a firm fixed price for each of the (listed below) seven armory Last Mile Hop (LMH) connections, respectively, subject to the terms and conditions of this entire synopsis/solicitation. The final contract may be for less than seven LMH connections, depending on price. Synopsis: The Montana Army National Guard (MTARNG) anticipates purchasing from a single vendor (1) Engineering and Furnishing and, (2) Installation and tune-up of the equipment necessary to connect certain Montana National Guard armories to the IM (Interoperability Montana) radio backbone network using microwave radio links. According to the terms and conditions of the attached Statement of Work, including Appendixes A-H, proposers shall propose separate and severable firm fixed prices for connecting each of the following seven armories: 1.Armory:Belgrade IM Tower:High Flat DS1s: 4 2.Armory:Culbertson IM Tower:Culbertson Hill DS1s:2 3.Armory:Dillon IM Tower:Beaverhead Search & Rescue DS1s: 2 4.Armory:Havre IM Tower:Hill Country Sheriffs Office DS1s: 2 5.Armory:Lewistown IM Tower:South Moccasin DS1s: 2 6.Armory:Glasgow IM Tower:Gideon DS1s: 2 7.Armory:Kalispell IM Tower:Kalispell Water Tower DS1s: 4 To be considered responsive, proposals shall include, at a minimum: A.A severable, firm fixed price for each of the above seven armory connections. The government will then choose which sites to build based on price. The number of sites chosen may vary between one and seven. B.A pricing break-down schedule for each sites firm fixed price, allocated among the following categories: (1) Planning, engineering, and design, (2) Frequency coordination, acquisition, and licensing, (3) Equipment, mounts, and parts, (4) Installation, (5) Turn-up and testing, (6) Other services. C.An exception list clearly disclosing any requirements the proposer cannot fulfill. D.A proposed time schedule for all work including proposed start and end dates. E.Proof of insurance, bonding, and licensing requirements. F.A copy of the equipment Management Information Base (MIB) or MIB II. G.Copies of the equipments technical specifications with sales brochures, if available. Additionally, and optionally, the following may be included in the proposal: A.Additional services and costs beyond the minimum/base solution. B.Creative, innovative, or alternative solutions or options not conforming to the above proposal format. All questions and/or requests for additional information shall be directed exclusively to the Contracting Officer, Major Brad Willcockson, at brad.willcockson@us.army.mil. Proposers shall not communicate with other members of the Montana Army National Guard, or its business associates, for the purpose of obtaining information about this requirement. After the deadline for asking questions a list of all questions asked and answered will be compiled and sent to all proposers who have expressed and interest in this RFQ so all proposers will be privy to the same information. Proposers shall not visit the armories listed in this proposal for the purpose of obtaining information about this proposal. All site visits will be conducted post-award. The deadline for submitting questions or requests for additional information is 1500 hours (3:00 p.m.) on 12 August 2009, Mountain Standard Time. The deadline for submitting proposals is 1500 hours on 24 August 2009, Mountain Standard Time. The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the best value to the Government. The best value determination will be made by evaluating the contractors offer based the evaluation criteria shown in Appendix F. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.203-3 Gratuities APR 1984 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government OCT 1995 52.204-4 Printed on Copied-Double Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 EvaluationCommercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JUN 2008 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JUL 2005 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-21 Prohibition of Segregated Facilities FEB 1999 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 52.222-37 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 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-41 Service Contract Act of 1956 NOV 2007 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification 52.223-5 Pollution Prevention and Right to Know Information AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 InsuranceWork on a Government Installation JAN 1997 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officers Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.207-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American ActBalance of Payments Program Certificate JUN 2005 252.225-7012 Preference for Certain Domestic Commodities MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Evaluation Factors listed in Appendix F shall be used to evaluate offers. If products from offerors are found to be technically equivalent, price will be the determining factor. Complete descriptions of the provisions and clauses referenced in this synopsis/solicitation may be viewed on the internet at http://farsite.hill.af.mil. Offers may be submitted by hard copy to: USPFO for Montana Purchasing and Contracting Department ATTN: MAJ Brad Willcockson 1956 Mt Majo Street, Post Office Box 4789 Fort Harrison, Montana 59636-4789 Offers may be submitted by e-mail to: brad.willcockson@us.army.mil. Quote all prices FFP (Firm Fixed Price) FOB Destination to Fort Harrison, MT 59636. State whether prices are Open Market or GSA. Offers must be received by 3 P.M. Mountain Standard Time on 24 August 2009 to be considered responsive. If you have any questions, please e-mail MAJ Brad Willcockson, Contracting Officer, at (406) 324-3407, or by e-mail brad.willcockson@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V09T4006/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT<br />
- Zip Code: 59604-4789<br />
- Zip Code: 59604-4789<br />
- Record
- SN01885024-W 20090725/090723235919-7d8bbc589247648b2ba0fe950bcd939e (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 |