SOLICITATION NOTICE
58 -- Apparatus Intercom System (Ladder Truck)
- Notice Date
- 11/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1108 South R Street, Fort McCoy, WI 54656
- ZIP Code
- 54656
- Solicitation Number
- W911SA-13-T-0040
- Response Due
- 12/7/2012
- Archive Date
- 6/5/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- 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.The solicitation number is W911SA-13-T-0040 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-12-07 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort McCoy, WI 54656 The MICC Fort McCoy requires the following items, Meet or Exceed, to the following: LI 001, Apparatus Intercom System Ladder Truck - Intercom system must meet the requirements per DOD 6055.6 and NFPA 1500 and enable communications between all crew members and provide for hearing protection while in and around the fire apparatus. Must be installed by the vendor at Fort McCoy, Wisconsin, Fire Station #1 in Truck #1. System must be plug and play assembly. No cable crimping or soldering. Must have a five year warranty with warranty repair and technical support available after normal business hours. Must be compatible with existing David Clark fire apparatus intercom systems to enable head sets to inter change between apparatus and ambulances. Premium coil cord type cables with military grade conductors to prevent work hardening and broken conductors. Coil-cords with a shield on the microphone line and on the overall cable to prevent RF and EM interference. Coil-cords terminated with a standard conductor that can be replaced without replacing the entire coil-cord assembly. Connectors must pass through a maximum half-inch hole and will make for a clean and easy installation. Amplified, waterproof, noise-canceling microphone mounted on a flexible boom; amplified microphones to eliminate the need for the voice signal to be re-amplified at the master station, preventing the amplification of any electronic noise in the interconnect cable and providing a superior signal-to-noise ratio. Wireless Headset: Must have a 300 foot fire ground range from vehicle. Up to 24 hours of continuous talk time per charge from the headset. Ability to integrate with Motorola Astro VHF and Motorola XTL 2500 UHF /VHF mobile radios, which allows firefighters to monitor multiple radio channels in the apparatus. Security of 128-bit encrypted link for secure communications. Compatibility with existing David Clark fire apparatus intercom systems. Headset must be durable and rugged design for a long service life. Must have the capability for wireless connection between the cab of the fire apparatus and the 100 foot aerial platform or ladder tip., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort McCoy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 90 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order Vendors shall submit supporting documentation displaying how the products offered Meet or Exceeds the buyer's specifications. FAILURE to provide supporting documentation for each e product offered may result in a vendor to be considered NON-RESPONSIVE and may not be considered for award (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) The following RFQ and resulting Contract is subject to the following FAR/DFAR Provisions/Clauses 52.204-7, 52.211-6, 52.212-1, 52.212-3 (Alt I), 52.212-4, 52.252-1, 52.252-2, 52.212-5 - 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-34, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7008, 252.204-7004 (Alt A), 252.223-7008, 252.225-7002, 252.232-7010, 252.243-7001, 252.227-7000, 252.209-7999, 252.211-7003, 252.212-7000, 252.212-7001 - 252.203-7000, 252.225-7001, 252.232-7003, 252.247-7023 ALT III, 252.225-7000, 252.232-7003, 252.232-7006. Please visit http://farsite.hill.af.mil/ to view FAR/DFAR Provision/Clauses by full text. Sellers must be registered with the System for Award Management (SAM) prior to receipt of order. Information can be found at www.sam.gov. NAICS Code and Size Standard: 334290, 750. Only qualified sellers registered in SAM under this NAICS Code will be considered for this RFQ. In accordance with FAR 52.232-34(b) and 52.204-99 a contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Seller shall also complete the requirements for representations and certification to include the DFARS certifications by the RFQ due date to be eligible to receive an award for this RFQ. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (a) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (b) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (c) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type: The Contractor shall use the following document type(s): Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (i) Inspection location: ?TBD? (ii) Acceptance location: ?TBD? (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0490 Issue By DoDAAC W911SA Admin DoDAAC W911SA Inspect By DoDAAC W5CD3E Ship To Code W5CD3E Ship From Code TBD Accept By DoDAAC W5CD3E (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered,unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. Inspector email address: TBD Acceptor email address: TBD (d) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: TBD (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f80b50a448d79c2dc07922e0eccef534)
- Place of Performance
- Address: Fort McCoy, WI 54656
- Zip Code: 54656
- Zip Code: 54656
- Record
- SN02940114-W 20121202/121130234305-f80b50a448d79c2dc07922e0eccef534 (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 |