SOLICITATION NOTICE
58 -- 3G UMTS WCDMA data equipment upgrade - Clauses and Provisions - Schedule of Supplies and Services
- Notice Date
- 4/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR PL64 Special Projects, P.O. Box 549, Fort Meade, Maryland, 20755, United States
- ZIP Code
- 20755
- Solicitation Number
- 14INST-4069
- Archive Date
- 5/10/2014
- Point of Contact
- Michael E. Knight, , Antonio Anaya,
- E-Mail Address
-
nag.contracting@us.af.mil, Antonio.Anaya@Kirtland.af.mil
(nag.contracting@us.af.mil, Antonio.Anaya@Kirtland.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Schedule of Supplies and Services Clauses and Provisions 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 synopsis is being issued as a request for proposals. The National Assessment Group is requesting proposals from concerns capable of providing the equipment, and its associated installation, commissioning, user training, and service level agreement (SLA) described in the attached solicitation. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-72. This synopsis/solicitation is set aside 100% for small business. The applicable NAICS code is 334220. The applicable small business size standard is 750 employees. The required delivery date is 01 June 2014. The place of delivery is 2251 Wyoming Boulevard SE, Kirtland AFB, New Mexico. The Federal Acquisition Regulation provision 52.212-1, Instructions to Offerors-Commercial Items (Jul 2013), applies to this acquisition. To that provision the buying office has added the following three (3) requirements: 1. All proposals must include a signed agreement with Altobridge Corporation which affirms Altobridge Corporation will permit an offeror full access to the core 2G network system software, login accounts, and hardware configurations of the currently government-owned Altobridge R4S system for the purposes of integrating the awardee's self-contained 3G WCDMA network/communications platform with the currently government-owned Altobridge R4S system. See solicitation for additional information. 2. All proposals must include: Name of Business: CAGE Code: DUNS Number: Business Size: Classification: Contact Information: Address: Telephone: Facsimile: E-Mail Address: Website Address: 3. In addition to the requirement at Federal Acquisition Regulation provision 52.212-1, an offeror shall identify recent (within 3 years of the closing date of this solicitation) information regarding efforts it has performed or is currently performing, which are the same or substantially similar to that described in this synopsis/solicitation. Information shall include: Name of the entity for whom the offeror provided the effort. Point of contact at that entity (name, address, telephone number, and e-mail address). Inclusive dates the offeror provided an effort. The contract number or other identifying information of the contract under which the offeror provided an effort. A statement whether such effort involved integration with Altobridge equipment. Experience integrating with Altobridge equipment is a requirement for award of the contract the government expects to result from this synopsis/solicitation. When an interested party submits a proposal in response to this synopsis/solicitation, the party must provide a firm fixed price amount for each item in the document included with this solicitation entitled "schedule of supplies and services" and return the completed document to the buying office with the party's proposal. Federal Acquisition Regulation provision 52.212-2, Evaluation--Commercial Items, does not apply to this acquisition. The government intends to award to the lowest priced, technically acceptable, and responsive offeror. All proposals must include a completed copy of the Federal Acquisition Regulation provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. A copy of that provision is included with this synopsis/solicitation in the document entitled "clauses and provisions." Federal Acquisition Regulation clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The buying office has not included an addendum to that clause. Federal Acquisition Regulation clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. A copy of that clause is included with this synopsis/solicitation in the document entitled "clauses and provisions," and the buying office has indicated in it which of the additional FAR clauses cited in clause 52.212-5 are applicable to this acquisition. Additional Federal Acquisition Regulation, Defense Federal Acquisition Regulation Supplement, and DISA Acquisition Regulation Supplement clauses and provisions applicable to this acquisition are included in the document entitled "clauses and provisions." The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. The buying office anticipates it will award a single contract as the result of this solicitation and will award and administer that contract under the Warrant Authority of: DISA, DITCO-NCR, PL64 PO Box 549 Fort Meade, MD 20755-0549 The contract the government anticipates will result from this solicitation will be firm fixed price. The buying office intends to contract award as soon as practicable after the solicitation closing date, but not later than 30 April 2014. When an interested party submits a proposal in response to this synopsis/solicitation, the party must include a firm fixed price amount for each item in the schedule of supplies and services attached solicitation. The buying office will accept questions regarding this synopsis/solicitation only in writing, and only at the addresses indicated in the following sentence. Submit questions to nag.contracting@kirtland.af.mil and a copy to michael.knight@us.af.mil. The buying office will not respond to any questions it receives later than 2:00 PM on 21 April 2014. The buying office will not accept or acknowledge facsimiles or telephone requests regarding this synopsis/solicitation. Submit responses via email to: Nag.Contracting@kirtland.af.mil and a copy to michael.knight@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/AQN4/14INST-4069/listing.html)
- Place of Performance
- Address: 2251 Wyoming Boulevard SE, Kirtland AFB, New Mexico, 87117-5609, United States
- Zip Code: 87117-5609
- Zip Code: 87117-5609
- Record
- SN03341247-W 20140419/140417234703-57dd957bd0f114ab64156069bcaebfaf (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 |