SOLICITATION NOTICE
70 -- BPA to provide passive Radio Frequency Identification and Item Unique Identification parts, equipment, integration, and installation services at USMC Blount Island Command, Jacksonville
- Notice Date
- 6/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- M67004 BLOUNT ISLAND COMMAND 5880 Channel View Blvd JACKSONVILLE, FL
- ZIP Code
- 00000
- Solicitation Number
- M6700411R0065
- Response Due
- 6/28/2011
- Archive Date
- 7/13/2011
- Point of Contact
- Alice M. Settle 904 696-5007
- E-Mail Address
-
alice.settle@bic.usmc.mil
(alice.settle@bic.usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Establishment of Blanket Purchase Agreement (BPA) for passive Radio Frequency Identification (pRFID) and Item Unique Identification (IUID) Equipment. Blount Island Command, Jacksonville, Florida is seeking firms, both large and small businesses, interested in providing Passive Radio Frequency Identification Device (RFID) and Item Unique Identification (IUID) type equipment as well as associated installation services for this type of equipment under a five (5) year Blanket Purchase Agreement. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-51 (May 2011), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued. Proposals are being requested, and a written solicitation will not be issued. Any BPA awarded under this solicitation shall have a term of five years (60 months) from the date of award or become complete once all purchases have reached the total purchase limitation of $6,500,000.00. The resultant Blanket Purchase Agreement(s) will be awarded using simplified acquisition procedures in accordance with FAR Part 13. This acquisition is an UNRESTRICTED procurement. The associated NAICS Code is 423430 Computer and Computer Peripheral equipment and Software Merchant Wholesalers. The typical types of individual equipment and assemblies we anticipate for future requirements under the resultant BPA(s) are set forth in the attachment to this solicitation. Offerors are required to provide the Brand Name only equipment listed. No Or Equal items will be accepted. The Brand Name items listed are the items that Blount Island Command is approved to use. Offerors shall submit proposals by email to Alice Settle, Contract Specialist, at alice.settle@bic.usmc.mil and JoAnna Lovett-Black, Contracting Officer, at joanna.lovett-black@bic.usmc.mil by 1400 hours (Eastern time) on 28 June 2011. The subject line of all proposals shall read as: Proposal for RFID BPA . PROPOSAL SUBMISSION: The proposal submitted in response to this solicitation shall contain the following technical and price proposal information: I. TECHNICAL PROPOSAL Offerors shall provide an explanation that explains its approach and plan to provide the required equipment and associated installation services. Inherent in offeror s proposal shall be a detailed description of offeror s competencies, technical capabilities, prior experience/past performance, and ability to provide all of the required equipment. II. PRICE PROPOSAL In addition to submitting a technical proposal showing the firm s ability to meet the technical requirements, all firms shall submit a price proposal for all items listed on the attachments to this solicitation entitled: pRFID Infrastructure Equipment Pricing and pRFID Planned Equipment Buys . The price proposal shall also indicate if prices are based upon commercial marketplace, catalog prices, or GSA Federal Schedules. For the purposes of establishing a BPA, installation services are to be quoted on a per day rate with the quantity open ended. II. DELIVERY SCHEDULE - The delivery of all equipment, unless specified otherwise on a resultant call of the BPA, shall be to: Marine Corps Support Facility Blount Island Command 5880 Channel View Blvd. Jacksonville, Florida 32226 III. EQUIPMENT WARRANTY The BPA Holder shall provide the required warranty for all equipment provided to the Government and advise as to whether extended warranty is available. All BPA Holders shall comply with the terms and conditions established under FAR 52.212-4(o) for warranty of delivered items under the resultant BPA(s. IV. EVALUATION The Government will enter into a Primary Blanket Purchase Agreement with the lowest priced, technically acceptable offer. An agreement shall be made to the responsible offeror submitting a technically acceptable proposal and offering the lowest overall evaluated price. Offerors shall submit descriptive literature detailing equipment features, technical capabilities of the firm and warranty data for all of the equipment listed herein. Technical acceptability shall be determined solely on the content and merit of the information submitted in response to this solicitation as it compares to the minimum characteristics of a firm whose core competency and business has been the selling of this type of equipment. Therefore, it is essential that offerors provide sufficient technical literature of all equipment, supporting documentation to show the firm s ability to acquire items, etc, in order for the Government evaluation team to make an adequate technical assessment of the proposal as meeting technical acceptability. Compliance shall be determined by the offer s provision of literature showing performance capabilities or through written narrative discussing the points not covered by the published literature. It is the Government's intent to award a minimum of one and reserves the right to award up to a maximum of three (3) Blanket Purchase Agreements (BPAs) to the contractor(s) whose offer has been determined to be the best value to the government. The Government will utilize the lowest price technically acceptable best value process. The Government reserves the right to award BPAs at any time during a one year period after receipt of proposals. The Government reserves the right to make more than one BPA award. If more than one BPA is established, the lowest price technically acceptable offer will be designated as the Primary BPA Holder and the ensuing lowest priced technically acceptable offers will be designated as Secondary. V. FAR PROVISIONS AND CLAUSES The following FAR provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition and is tailored to show that the following factors shall be used to evaluate offers: Technical Capability, Prior Experience/Past Performance, and Price; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their proposal. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same equipment/services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2011). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Veterans (SEP 2010) FAR 52.222-37, Employment Reports on Veterans (SEP 2010) FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.225-1 Buy American Act - Supplies (Feb 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); VI. All responsible sources may submit a proposal, which if timely received, shall be considered by the Agency. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Defense Priorities and Allocations Systems (DPAS) and assigned rating are not applicable to this acquisition. CAUTION: This solicitation has been issued electronically as will any amendments thereto. Thus, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore incumbent upon any interested parties to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for proposal receipts may render your offer non-responsive and result in the rejection of same. Vendors are required to be registered in the Central Contractor Registry (CCR). All prospective contractors are required to submit or upload their organizations representation and certifications at https://orca.bpn.gov prior to submitting your offer, failure to do so will render your offer non-responsive. Telephone requests will not be accepted. All proposals shall be received at this office no later than 1400 hours on 28 June 2011 Local Eastern Time. Submit proposals to Ms. Alice Settle, Contract Specialist via email Allie.Settle@bic.usmc.mil and Ms. JoAnna Lovett-Black at joanna.lovett-black@bic.usmc.mil. Late proposals will not be accepted or evaluated. The Government shall be obligated hereunder only to the extent of authorized calls actually placed against the BPA(s). The Government shall not be obligated to make any calls (i.e., place any request for equipment or installation services) under this agreement. Blount Island Command is hosting an RFID Open House on 12 July 2011 and the resultant BPA Holder is welcome to attend.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M6700411R0065/listing.html)
- Record
- SN02480717-W 20110625/110623235214-e55d0fafe75093fdfd5b9baf447e7dc5 (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 |