Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2012 FBO #3857
SOLICITATION NOTICE

70 -- Basic Ordering Agreements for Joint Systems Integration Laboratory (JSIL) Communications, Information Technology, Electronics and Support Equipment (CITES)

Notice Date
6/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q12R0122
 
Response Due
6/28/2012
 
Archive Date
8/27/2012
 
Point of Contact
Leslie K. Dyer, 256-842-3703
 
E-Mail Address
ACC-RSA - (Missile)
(leslie.k.dyer@us.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 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is reserved for small businesses. The Associated North American Classification Code (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This requirement is a total small business set-a-side and only qualified offerors may respond. Responses to the requirements are due 28 June 2012 by 1600 CDST via email to the POC below. The Army Contracting Command - Redstone on behalf of the U.S. Army Aviation and Missile Research, Development and Engineering Center (AMRDEC) Software Engineering Directorate's (SED's) Joint System Integration Laboratory (JSIL) intends to establish Basic Ordering Agreements (BOAs) with small businesses, including HUBZone and Service-Disabled Veteran-owned small businesses within a 60 mile radius of Redstone Arsenal, Alabama. The requirement for close proximity to Redstone Arsenal, Alabama is to provide one hour direct delivery of commercial products acquired under BOA Delivery Orders that are required to support the global mission of the JSIL. REQUIREMENTS: Offerors are required to submit via e-mail to the POC below the following information for consideration for establishment of a CITES BOA: (1) Offeror certification that it will accept payment for CITES equipment acquired through any BOA Delivery Order(s) for each Delivery Order executed against its BOA through Wide Area Work Flow. (2) Offeror certification that its facilities involved in the ordering and/or receipt of equipment purchased under the BOA are within a 60 mile radius of Redstone Arsenal; (3) Offeror certification that it is registered in ORCA to register in ORCA, please go to www.bpn.gov/orca; (4) Offeror certification that is actively registered in CCR (www.ccr.gov): (5) Furnish the following information: - Small business name and address: - CAGE Code: - Taxpayer Identification Number: - DUNs: - Socio-Economic Status: (6) Must be an authorized dealer or reseller of products under the supply classes offered to the Government. The U.S. Army Contracting Command - Redstone reserves the right to compete individual requirements, with the selected HUBZone or Service Disabled Veteran-owned small businesses to accomplish its socio-economic goals. The initial BOAs will be issued for a basic period of one year, with four (4), 12- month option periods. The Army Contracting Command - Redstone reserves the right to cancel any company's BOA 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 BOAs to fulfill the Army Contracting Command - Redstone's requirements. The Government is seeking a centralized vehicle, which offers a wide array of computer hardware and software products, electronic/electrical products, communications equipment and other equipment required to support the JSIL mission that may be used by the JSIL in developing 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. 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 JSIL technical mission and information technology conferencing. Purchases under the BOA's shall be limited to the following Federal Supply Classes: 15 (Aircraft and Airframe Structural Components); 23 (Trailers); 28 (Engines, Turbines and Components); 34 (Metal Working Equipment); 39 (Material Handling Equipment); 41 (Refrigeration, Air Conditioning & Air Circulating Equipment); 43 (Compressors, Pumps); 44 (Air Purification Equipment); 47 (Hose, Pipe, Tube, and Fitting Material); 51 (Hand Tools); 52 (Measuring Tools); 53 (Hardware and Abrasives); 54 (Prefabricated Structures and Scaffolding); 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); 69 (Training Aids and Devices); 70 (ADP Equipment Software, Supplies and Support Equip); 71 (Office and Laboratory Furniture); 81 (Containers, Packaging and Packing Supplies); 83 (Textiles, Leather, Furs, Apparel, Tents and Flags); 94 (Fabricated Raw Materials); and 95 (Metal Bars, Sheets and Shapes). 99 (Miscellaneous) Examples of items that the Army Contracting Command - Redstone may be procuring 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 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 Electronics Equipment - Adapters Amplifiers Large scale video display systems Video processing encoders/decoders Video storage, playback and digitization equipment Communications Equipment - Line of sight and satellite communications equipment Teleconferencing equipment Towers and other communications mounting equipment Modems Attenuators Support Equipment - 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 Subsequently solicited requirements issued under the resultant BOAs will be based on three (3) basic venues consisting of (1) Brand Name or Equal; (2) Original Equipment Manufacturer (OEM) equipment; or (3) Product Specification based on general equipment specifications provided by the Government. Following the establishment of the BOAs resulting from this synopsis and solicitation, the Army Contracting Command-Redstone will compete any future CITES requirements among a subset of BOA holders, using vendor rotation as determined by the Contracting Officer. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. All responses to this synopsis and solicitation provided by offerors 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 60 mile radius of Redstone Arsenal, AL is under the sole purview of the Contracting Officer and may be disputed by the offeror determined to be not within the commuting distance, but will not be the basis of restraining the issuance of BOAs to otherwise successful offerors. Offerors determined by the Contracting Officer to be within the required 60 mile radius of Redstone Arsenal, AL, may not be disputed by other offerors. The delivery location will be specified in each Delivery Order or Delivery Order RFP issued under the authority of the BOA. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government intends to award BOAs resulting from this solicitation to offerors responding to the requirements of this synopsis and solicitation. It is the intent of the Government to establish BOAs with offerors meeting the requirements of this synopsis and solicitation. Offerors must include a completed copy of the following provisions with its offer: 52.212-3, Offeror Representations and Certifications -- Commercial Items; 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.225-7000, Buy American Act - Balance of Payments Program Certificate; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.203-13, Contractor Code of Business Ethics and Conduct, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52. 209-9, Updates of Publicly Available Information Regarding Responsibility Matters, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52-219-14, Limitations on Subcontracting, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52-222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-54, Employment Eligibility Verification, 52.223-15, Energy Efficiency in Energy-Consuming Products, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The DFARS clauses applicable under 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items include: 52.203-3, Gratuities, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.205-7000, Provision of Information to Cooperative Agreement Holders, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7015, Restriction of Acquisition of Hand or Measuring Tools, 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, 252.225-7021, Trade Agreements, 252.227-7015, Technical Data Commercial Items, 252.227-7037, Validation of Restrictive Markings on Technical Data, 252.232-7003, Electronic Submission of Payment Requests, 252.243-7002, Requests for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea. The following clauses will also apply: 252.211-7003, Item Identification and Valuation, 252.211-7006, Passive Radio Frequency, 252.232-7010, Levies on Contract Payments, 252.246-7003, Notification of Potential Safety Issues. 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. Other clauses may be included if applicable. This solicitation shall not be construed as a commitment of any kind to place subsequent Delivery Orders following the establishment of a BOA with any contractor. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. Contractors currently providing technical and programmatic support services to the JSIL 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 performed by the JSIL 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 JSIL under the following contracts are prohibited from submitting BOA proposals in response to this synopsis and solicitation: W31P4Q-05-A-0023, Task Order 0046 or its follow-on W31P4Q-05-A-0031, Task Order 0032 or its follow-on W31P4Q-08-D-0035 W31P4Q-05-A-0025/0011 or its follow-on Requests for the establishment of BOAs from these contractors will not be processed. Submission of BOA proposals by these firms will be considered non-responsive to this synopsis and solicitation. Performance of this effort is UNCLASSIFIED. The Point of Contact for this combined synopsis and solicitation is Ms. Leslie K. Dyer, phone: 256-842-3703; e-mail: leslie.k.dyer@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c048915fb41a5793dba719ab4b29b0b)
 
Place of Performance
Address: US Army Aviation and Missile Research, Development, and Engineering Center JSIL, Building 6263 Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02776459-W 20120616/120615000255-6c048915fb41a5793dba719ab4b29b0b (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.