SOLICITATION NOTICE
58 -- IT Equipment for RS JPO Huntsville - Network Portion
- Notice Date
- 11/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-12-B-1124N
- Response Due
- 11/27/2012
- Archive Date
- 1/20/2013
- Point of Contact
- Daniel A. Davidson, 586 282 5225
- E-Mail Address
-
ACC - Warren (ACC-WRN)(DTA)
(daniel.a.davidson12.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis and Solicitation W56HZV-12-B-112N: IT Equipment for RS JPO Huntsville Network Equipment I. INTRODUCTION A. 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. B. The combined synopsis and Request for Quotation (RFQ) number is: W56HZV-12-B-112N, referred to as ROBSYS20112-Network. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, effective 26 July 2012. D. This solicitation is not set aside for Small Business. The NAICS code applicable to this acquisition is 334210 with a size standard of 1,000 employees. E. Intended award is a firm fixed price contract with the basis for award lowest price to the Government, under FAR Part 16.505(b) (1) (iii) (B). F. All proposals must be received by ACC-Warren no later than 0900 EST, 27 NOV 2012. Email proposals to daniel.a.davidson12.civ3@mail.mil. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required in the System for Award Management (SAM) database prior to receiving an award of a contract. Refer to the SAM website at https://www.sam.gov/portal/public/SAM for complete registration information. G. All proposals must include per CLIN pricing and a net proposed cost. Please include anticipated days of delivery after date of award. Submittal of quotes in any electronic format, such as,.doc,.docx,.PDF,.xlsx is acceptable. II. GENERAL A. The United States Army at Redstone Arsenal in Huntsville, AL has a requirement for the following: IT Equipment for RS JPO Huntsville - Network Portion SECTION B - SUPPLIES AND SERVICES: CLINDESCRIPTION 0001Qty 2 - Gigabit Ethernet multi-layer network encryption and authentication appliance Please refer to the Detailed Specifications Page for CLIN specific requirements 0002Qty 4 - Ethernet interface converter 1310 nm SFP, single-mode gigabit Ethernet interface converter with duplex LC connector. Includes one 3-meter LC-LC connection single-mode fiber cable. For use with CEP1000 and CEP1000-VSE 0003Qty 1 - TrustNet software Please refer to the Detailed Specifications Page for CLIN specific requirements 0004Qty 2 - TrustNet software and bandwidth license Please refer to the Detailed Specifications Page for CLIN specific requirements 0005Qty 1 - Yearly maintenance fee Technical phone support 24/7/365, Email support, software maintenance and feature releases, and advance hardware replacement. Delivery and Acceptance will be FOB destination. Ship Deliverables To: Central Receiving Dock C/O Robotic Systems Joint Project Office Attn: David Nixon 689 Discovery Drive, Second Floor Huntsville, AL 35806 Mark for: TBD CLIN 0001 DETAILED SPECIFICATIONS PAGE Qty 2 - Gigabit Ethernet multi-layer * 1U form factor with 100 Mbps, 155 Mbps, 250 Mbps, 500 Mbps, 650 Mbps, or 1 Gbps bandwidth licenses available. * FIPS-140-2 Level 2 validated (certificate number 1605). * Two small form factor (SFP) slots for network connectivity and dual hot swappable AC power supplies. Includes accessory kit (power cord, 10/100 management port cable, DB-9 serial interface cable, rack mounting ears and screws and documentation CD). * SFP modules and TrustNet software and bandwidth license must be ordered separately. CLIN 0003 DETAILED SPECIFICATIONS PAGE Qty 1 - TrustNet software * Certes TrustNet Manager Software License - * Key, policy and device management software for Certes Networks encryption appliances. Includes one TrustNet Manager software license for use on one server, * one management user license (one simultaneous active user with an unlimited number of named user accounts), electronic documentation (DVD). * Additional management user licenses must be ordered separately to increase the number of simultaneous active users (see TRUSTNET-MGR-SW-USER). * Customer should specify a delivery option - Standalone Edition (VMWare virtual machine), Server Edition (VMWare virtual machine) or Hardware Server (software pre-loaded on a hardened physical server). * If the Hardware Server option is specified, one or more physical server(s) (TRUSTNET-MGR-HW) must be ordered separately CLIN 0004 DETAILED SPECIFICATIONS PAGE Qty 2 - TrustNet software and bandwidth license * TrustNet software and bandwidth license for one CEP1000-VSE appliance. * Includes a software license to enforce multi-layer (L2, L3, L4) encryption and authentication policies on one CEP1000-VSE appliance and a bandwidth license for 1 Gbps. SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: Complete text of FAR and DFARS provisions and clauses can be accessed at: Federal Acquisition Regulation (FAR): http://farsite.hill.af.mil/vffar1.htm Department of Defense FAR Supplement (DFARS): http://farsite.hill.af.mil/VFDFAR1.HTM 52.202-1, Definitions (JUL 2004) 52.203-3, Gratuities (APR 1984) 52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.204-2, Security Requirement 52.204-7, CCR Registration 52.212-1, Instructions to Offerors -- Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Items (a): 1, 2, 3 (b) 19, 20, 21, 22, 24, 31, 39) 52.214-34, Submission of Offers in the English Language 52.219-1, Small Business Program Representations - ALTERNATE I 52.222-21, Prohibition Of Segregated Facilities (FEB 1999) 52.222-37, Employment Reports On special Disabled Veterans, Veterans of the Vietnam 52.222-51, Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -Requirements (Nov 2007) 52.229-3, Federal, State and Local Taxes 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest After Award 52.233-1, Disputes 52.237-3, Continuity of Services 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.242-13, Bankruptcy (JUL 1995) 52.242-15, Stop-Work Order AAUG 1989) 52.242-17, Government Delay of Work (APR 1984) 52.243-1 ALT II, Changes Fixed Priced 52.246-4, Inspection of Services-Fixed Price (AUG 1996) 52.246-23, Limitation of Liability (FEB 1997) 52.247-34, F.O.B. - Destination 52.249-2, Termination for Convenience of the Government (Fixed-Price). 52.252-2, Clauses Incorporated by Reference (FEB 1998) The following clauses from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law(Deviation 2012-O0004) (JAN 2012) 252.211-7003 Alt I, Item Identification and Valuation (Jun 2011) Alternate I DEC 2011 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.237-7007, Termination for Default. Additional TACOM Contracting Center-Warren clauses: 52.201-4000 TACOM-WARREN Ombudsperson(Jan 2006) Information regarding the TACOM-Warren Ombudsperson is located at the website http://contracting.tacom.army.mil/acqinfo/ombudsperson.htm. 52.204-4005 (TACOM) REQUIRED USE OF ELECTRONIC COMMERCE (AUG 2008) (a) All contract awards, modifications and delivery orders issued by TACOM will be issued electronically. The contractor has the option to receive these actions either via the Worldwide Web (WWW) or Electronic Data Interchange (EDI). Many provisions/clauses that appear quote mark by reference quote mark, meaning only clause titles and regulation site are listed; their full texts can be found at the website http://farsite.hill.af.mil/ (b) In order to be eligible to receive an award under this solicitation, the successful offeror must be registered with the Department of Defense (DOD) Central Contractor Registration (CCR). The CCR registration process may be done electronically at the World Wide Web (WWW) site: http://www.ccr.gov/. (In order to be registered to use EDI, you must use the long form for registration. Certification information, including information on the EDI 838 TPP, must be furnished to the Contracting Officer within 60 calendar days after contract award to complete networking requirements within the Government.) (c) Worldwide Web Distribution. The contractor will receive an electronic Notice of the Award, Modification, or Delivery Order via e-mail. If you choose the WWW option, you must download the file from the appropriate TACOM webpage: Warren: http://contracting.tacom.army.mil/CFDATA/AWARDS/AWARD_RPT01.cfm Rock Island JMTC: https://acquisition.army.mil/asfi/ Red River Army Depot: http://www.redriver.army.mil/contractingframes/cfawd_lst.cfm Anniston Army Depot: https://acquisition.army.mil/asfi/ (d) Electronic Data Interchange. If you choose to receive contract awards, modifications and delivery orders through EDI, they will be delivered electronically via the Federal Acquisition Network (FACNET). Federal Standard Version 3050 of Standard X12 from the American National Standards Institute (ANSI) will be used as the format for these electronic transactions. (1) You must complete the EDI 838 Trading Partner Profile, and must agree (i) to subcontract with a DoD certified VAN or Value Added Service (VAS) provider, or (ii) to become DoD certified as a Value Added Network (VAN). The EDI 838 Training Partner Profile is contained in the basic CCR registration form and includes portions of the registration form which are titled quote mark Optional quote mark. (2) You must select a VAN from the official DoD approved list. DoD Certified VANs are listed at http://www.acq.osd.mil/dpap/ebiz/VANs.htm. If your VAN is later removed from the official list, or if you voluntarily drop your initially selected VAN, then you must switch to a VAN that remains on the official DoD approved list. You must maintain an active account on a DoD approved VAN for the entire duration of the contract, beginning no later than the 60th day after award. (e) Unless otherwise specified elsewhere in the contract, all data items you are required to provide under this contract must be submitted electronically. Please go to the following webpage for detailed information about submitting your offer electronically: http://contracting.tacom.army.mil/acqinfo/ebidnotice.htm. (f) Additional information can be obtained by sending a message to: Usarmy.detroit.acc.mbx.wrn?web?page@mail.mil or by calling (586) 282?7059. [End of Clause] 52.204-4009 (TACOM) MANDATORY USE OF CONTRACTOR TO GOVERNMENT ELECTRONIC COMMUNICATION (AUG 2008) (a) All references in the contract to the submission of written documentation shall mean electronic submission. All electronic submissions shall be in the formats and media described in the website: http://contracting.tacom.army.mil/acqinfo/ebidnotice.htm. (b) This shall include all written unclassified communications between the Government and the Contractor except contract awards and contract modifications which shall be posted on the internet. Return receipt shall be used if a commercial application is available. Classified information shall be handled in full accordance with the appropriate security requirements. (c) In order to be contractually binding, all Government communications requiring a Contracting Officer signature must include an affirmative response from the Contracting Officer's e-mail address. The Contractor shall designate the personnel with signature authority who can contractually bind the contractor. All binding contractor communication shall be sent from this contractor e-mail address(es). (d) Upon award, the Contractor shall provide the Contracting Officer with a list of e-mail addresses for all administrative and technical personnel assigned to this contract. (e) Unless exempted by the Procuring Contracting Officer in writing, all unclassified written communication after contract award shall be transmitted electronically. (End of Clause) 52.232-4000, Contracting Officer's Authority (APR 2006) The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: quote mark Notification of Changes, quote mark FAR 52.243-7 or paragraph (c) of FAR 52.212-4). 52.232-4007 WIDE AREA WORK FLOW (WAWF), CODES, AND DESIGNATED ACCEPTORS (APR 2012) To comply with the clause DFARS 252.232-7003, quote mark ELECTRONIC SUBMISSION OF PAYMENT REQUESTS quote mark the contractor shall use WAWF to electronically process vendor requests for payment. This application allows DoD vendors to submit and track invoices and receipt/acceptance documents electronically. Submission of a hard copy DD250/invoices will no longer be accepted for payment. The contractor shall register to use WAWF and take the Web-based training at https://wawftraining.eb.mil/xhtml/unauth/web/wbt/wawfra/vendor/DocumentCreate.xhtml. There is no charge to use WAWF. Direct any questions relating to the system and vendor training to the Ogden Help Desk at 1-866-618-5988. Please have your order number and invoice ready when calling about payment status. To properly route an invoice and receiving report through WAWF, the contractor shall indicate the following when prompted: *Select the appropriate type of submittal as indicated: _______ Invoice and Receiving Report Combo (Supplies) If this contract calls for contractor submission of a Material Inspection and Receiving report by virtue of the inclusion of the clause at DFARS 252.246-7000, quote mark Material Inspection and Receiving Report quote mark, use a quote mark combo quote mark Invoice and Receiving Report. _______ Invoice 2-in-1 (Services only) If DFARS 252.246-7000, quote mark Material Inspection and Receiving Report quote mark is NOT used, then use a quote mark two-in-one quote mark invoice. * Use the following DoDAAC (Department of Defense Activity Address Code) codes when prompted: 1. Your firm's CAGE Code: (found in Block 17a of SF 1449) 2. Issue and Admin DoDAAC Code: (found in Block 9 of SF 1449) 3. Ship-To DoDAAC Code: (if deliverables are involved) (found in Block 15 of SF 1449) 4. Accept-By DoDAAC Code: 5. Payment DoDAAC Code: (found in Block 18a of SF 1449) Include the purchase request number in the line item description. This number can be found at the bottom of the extended description of each contract line item number (CLIN). NOTE: The purchase request number may be different for each CLIN. The WAWF system will prompt for quote mark additional e-mail submission quote mark after clicking quote mark Signature quote mark. The following additional e-mail submissions are required: Primary Acceptor Name: TBD Primary Acceptor e-mail: TBD Alternate Acceptor Name: TBD Alternate Acceptor e-mail: TBD Contract Specialist Name: Dan Davidson Contract Specialist e-mail: daniel.a.davidson12.civ@mail.mil To track the status of an invoice, click on the link, quote mark Pay status quote mark (myInvoice-External link) https://myinvoice.csd.disa.mil/index.html. You will be required to register in order to view payments. Payment information is maintained for 120 days from invoice payment. If the payment office indicated in the contract is Columbus, direct any payment related questions to the Defense Finance Accounting Services (DFAS) Columbus at 1-800-756-4571. If the paying office is other than Columbus, contact the Contract administrator for the customer service phone/fax numbers. [End of clause] Additional WAWF information: The WAWF website includes a comprehensive set of on-line training modules, many of which are intended for the vendor, who initiates the WAWF process. Additionally, DFAS has produced a comprehensive tutorial for preparing all types of WAWF documents (see DFAS Contractor Pay/Electronic Commerce website). 52.246-4009, INSPECTION AND ACCEPTANCE POINTS: DESTINATION (FEB 1995) Inspection and acceptance of supplies offered under this purchase order shall take place as specified here. Inspection: DESTINATION Acceptance: DESTINATION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/35dd510411a41a48fe863306b810f74c)
- Place of Performance
- Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02936184-W 20121123/121121234753-35dd510411a41a48fe863306b810f74c (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 |