SOLICITATION NOTICE
70 -- Design, Deliver, and Install VTC System for 1st Space Brigade Conference Room
- Notice Date
- 7/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-11-T-0016
- Response Due
- 7/22/2011
- Archive Date
- 9/20/2011
- Point of Contact
- George P Knowlton IV, 719-554-1967
- E-Mail Address
-
U.S. Army Strategic Command
(george.knowlton@smdc-cs.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-11-T-0016 and is a 100% small busines set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 dated 05 Jul 2011. NAICS number is 541512. Business Size Standard is $25.0M. DESCRIPTION: The following specifications are issued as Brand Name or equal specifications. With that, the term "or equal" is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall design, deliver and install Video Teleconferencing (VTC) System (1 EA) for the U.S. Army Space and Missile Defense Command/Army Strategic Forces Comman (SMDC/ARSTRAT), 1st Space Brigade conference room located in Building 1555 N. Newport Road, Colorado Springs, CO 80916, to include all associated parts, components, hardware, cables, wire, and connectors, as stated. The following integrated configuration has been provided. Offerors shall structure their quote to include a price for: Contract Line Item Number (CLIN) 0001: Design, deliver and install (1 EA) VTC System for the SMDC/ARSTRAT, 1st Space Brigade conference room, Building 1555 N. Newport Road, Colorado Springs, CO 80916, to include all associated parts, components, hardware, equipment, cables, wire, and connectors; in accordance with the attached Performance Work Statement (PWS) and the attached 1stSPACEBDEConfRoomRequirementsDocument.xls spreadsheet or the attached VTCEquipmentList.xls spreadsheet. MFRs: see attached spreadsheet, Model/Part Numbers: see attached spreadsheet or Equal. CLIN 0001: Two (2) Year Extended Warranty for the VTC System referenced in CLIN 0001 above. Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Technical/Functional requirements: Design, delivery and installation of the VTC System shall be in accordance with the attached Performance Work Statement (PWS). Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are desired to be delivered FOB Destination and installation required to be completed no later than within 30 calendar days after date of contract award. Delivery/Acceptance point is SMDC/ARSTRAT, 1st Space Brigade, 1555 N. Newport Road, Colorado Springs, CO 80916. Government workdays are between the hours of 0730 and 1630 (Mountain Time). Site Vist: A site visit walkthrough for Building 1555 N. North Newport Road conference room is scheduled to be held on Thursday, 14 July 2011, at 9:30 AM (Mountain Time). Offerors who will attend the site vist must submit a written visit request to George Knowlton via email on their respective company letterhead by no later than 4:00 PM (Mountain Time) on Wednesday 13 July 2011. Offerors written visit requests must include the full name of the individual(s) who will attend the site visit, their social security number(s), date of birth, place of birth, whether they are a US citizen or citizen of a foreign country, and drivers license number and state. The meeting location for the site visit is Building 1555 entrance area (1555 N. Newport Road), Colorado Springs, CO. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of quotes. Any interested/qualified small business sources that believe they can provide design, delivery and installation of the required VTC system must respond no later than 4:00 PM, Mountain Time, 22 July 2011. Contract award is anticipated no later than 01 August 2011. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) System Design/Configuration Technical/Functional Capability - ability to provide the VTC system products stated herein of the same or better functional and physical characteristics; (2) Schedule - ability to meet or exceed required delivery/installation completion dates; (3) Past Performance - ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price - most advantageous price considering all other factors; Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The offeror must provide its proposed technical solution along its itemized quote or Technical Cost Proposal (TCP) for the 1st Space Brigade conference room VTC system requirement in full. The technical solution and quote or TCP will include but, not limited to, proposed installation layout drawing(s)/diagram(s), proposed installation plan and schedule, along with itemized labor, parts, materials and miscellaneous cost breakdown necessary to complete the project. Offeror's technical solution must include detailed diagrams and drawings to show overall system configuration, routing of media with associated audio, video and matrix switching appliances. Drawing and diagrams shall be produced and provided in Microsoft Visio format. The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Offeror shall provide a minimum of 3 references to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the offeror's proposal. Contract award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008), applies to this acquisition. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2011), with its offer. The clause at FAR 52.212-4, Contract terms and Conditions--Commercial Items (JUN 2010), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2011), applies to this acquisition. In addition the following additional FAR clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), FAR 52.227-1, Authorization and Consent (Dec 2007), 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007), 52.227-3, Patent Indemnity (Apr 1984), 52.227-14, Rights in Data--General (Dec 2007), 52.227-15, Representation of Limited Rights Data and Restricted Computer Software (Dec 2007), FAR 52.246-2, Inspection of Supplies -- Fixed-Price (Aug 1996), FAR 52.246-4, Inspection of Services -- Fixed-Price (Aug 1996), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2011), DFARS 252.204-7004, Alternate A, Central Contractor Registration (Sep 2007), 252.227-7013, Rights in Technical Data--Noncommercial Items (MAR 2011), 252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation (MAR 2011), 252.227-7016, Rights in Bid or Proposal Information (JAN 2011), 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions (JAN 2011), 252.227-7019, Validation of Asserted Restrictions--Computer Software (Jun 1995), 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (Jun 1995), and 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999). Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-C (George Knowltonn), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of quotes - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes are received no later than 4:00 PM (Mountain Time) on 22 July 2011. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719)554-8442 or at e-mail george.knowlton@smdc-cs.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-11-T-0016/listing.html)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
- Zip Code: 80914-4914
- Zip Code: 80914-4914
- Record
- SN02491185-W 20110708/110706235415-14eaaeeaaf21d4789894f55bffad9894 (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 |