Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2014 FBO #4599
SOLICITATION NOTICE

D -- procurement of one (1) CelleBrite Universal Forensic Extraction Device (UFED) Touch Rugged Ultimate and one (1) CelleBrite UFED CHINEX device

Notice Date
6/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-14-T-0097
 
Response Due
7/7/2014
 
Archive Date
8/25/2014
 
Point of Contact
Steven M. Baum, 609-562-3560
 
E-Mail Address
ACC - New Jersey
(steven.m.baum2.civ@mail.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. Solicitation Number: W15QKN-14-T-0097 Notice Type: Solicitation Note: Offerors may use another format for submission of quotes. However, all quotes must contain the minimum information required under Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors, Commercial Items (Feb 2012). This is a solicitation for commercial items in accordance FAR 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. Under this requirement, the Army Contracting Command New Jersey (ACC- NJ) Information Technology Center has a requirement for the Department of Defense (DOD) Criminal Investigation Task Force (CITF) for the procurement of one (1) CelleBrite Universal Forensic Extraction Device (UFED) Touch Rugged Ultimate and one (1) CelleBrite UFED CHINEX device. Specific requirements are in the attached Statement of Work, dated 7 March 2014. The associated North American Industrial Classification Standard (NAICS) Code is 334220 'Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing'. In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the lowest price, technically acceptable quote. Offerors must meet the requirements as specified in the Statement of Work. Offerors must include end user license agreement (EULA), extended specs and/or manufacturers name and part numbers (if applicable) by the end date and time of this Request for Quote (RFQ). Failure to provide this information may result in your quote not being considered. The anticipated award will be a Firm Fixed-Price Contract. Offerors must submit quotes on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 05-50. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Governments' mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through Electronic Funds Transfer (EFT). If you are not currently registered in WAWF, please visit the following website: https://wawf.eb.mil/ to complete your registration. You must be registered in WAWF to be awarded any resulting contract. Additional instructions for WAWF registration are listed below. DEADLINE: Responses to this Request for Quote (RFQ) must be signed, dated, and received via electronic mail to Contracting Specialist, Steven Baum at steven.m.baum2.civ@mail.mil no later than 2:00PM DST (Daylight Savings Time) on Monday, 7 July 2014. Responses should be marked with Solicitation Number W15QKN-14-T-0097. Vendor must include CAGE Code, DUNS #, Tax ID #, and End User License Agreement (EULA) and delivery terms with quote. All quotes must be valid for a minimum of 60 days. Questions or clarifications concerning this RFQ may be directed to the above POC or Maureen Coughlin, Contracting Officer. Maureen Coughlin, Email: maureen.e.coughlin.civ@mail.mil, Phone: (609) 562- 5015 Steven Baum, Email: steven.m.baum2.civ@mail.mil, Phone: (609) 562-3560 NOTE: OR EQUAL WILL NOT BE CONSIDERED ITEM NO.DESCRIPTIONQTY.UNITUNIT PRICEAMOUNT 0001UFED CHINEX Firm-Fixed Price (FFP) FOB: Destination 1 Each $_________ $__________ 0002UFED Touch Rugged Ultimate Firm-Fixed-Price (FFP) FOB: Destination ***Please review the attached Statement of Work (SOW) for further description of each item. 1Each$_________$__________ Place of Performance: DOD CITF Logistic Support Division - J4 9900 Dalrymple Road, Building 714 Fort Belvoir, Virginia 22060 Deliveries and Performance: FOB Destination - Contractor shall deliver products within 30 calendar days from date of award. Inspection and Acceptance: Supplies/services will be Inspected/Accepted by the Government at Freight on Board will be Destination. Packaging will be in accordance with best commercial practices. All FAR clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. The following Federal Acquisition Regulation FAR and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Offeror Representations and Certificates-Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.222-50, Combating Trafficking in Persons FAR 52.232-33, Payment by Electronic Funds Transfer- -Systems for Award Management FAR 52.247-34, F.O.B Destination FAR 52.212-4, Contract Terms and Conditions DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252-204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.211-7003, Item Identification and Valuation (DEC 2013) DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.232-7010, Levies on Contract Payments DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items CLAUSES INCORPORATED BY FULL TEXT FAR 52.232-4004 ARMY ELECTRONIC INVOICING INSTRUCTIONS NOV/2011 Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ x] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ DFAS POC and Phone: ___DFAS - INDY VP GFEBS, Phone (888) 332-7366_________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) _INDY VP GFEBS____ at __(888)332-7366____or faxed to _____N/A____________. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ X] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique quote mark part identifier quote mark containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: _______________________ ISSUE BY DODAAC: __W15QKN______ ADMIN BY DODAAC: ___W15QKN ___ INSPECT BY DODAAC: __W91ELK____ ACCEPT BY DODAAC: ___ W91ELK ___ SHIP TO DODAAC: ____ W91ELK ______ PAYMENT OFFICE FISCAL STATION CODE: ____HQ0490________ EMAIL POINTS OF CONTACT LISTING: __ Francisco.j.martinez6.civ@mail.mil __________ INSPECTOR: __Frank Martinez, Phone: 703-805-5340 Email: Francisco.j.martinez6.civ@mail.mil__ ACCEPTOR: ___ Frank Martinez, Phone: 703-805-5340 Email: Francisco.j.martinez6.civ@mail.mil _ RECEIVING OFFICE POC: Frank Martinez, Phone: 703-805-5340 Email: Francisco.j.martinez6.civ@mail.mil CONTRACT ADMINISTRATOR: __Steven Baum Phone: 609-562-3560 Email: steven.m.baum2.civ@mail.mil___________ CONTRACTING OFFICER: ____Maureen E. Coughlin Phone: 609-562-5015 Email: maureen.e.coughlin.civ@mail.mil FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://arnet.gov/far http://www.farsite.hill.af.mil (End of clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Non-displacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) ATTACHMENT: 1. Statement of Work, 7 March 2014 Statement of Work 1.0General: This requirement is to provide forensic computer, software and support. The Government shall not exercise any supervision or control over the contract providers performing the services described herein. Such contract provider shall be accountable solely to the contractor who, in turn, is responsible to the Government. 2.0Description of Supplies/Introduction: The purchase of Ruggedized Laptop and UFED-CHINEX forensic computer equipment and software from Cellebrite. 3.0Background: We need the equipment and software to support to support OCONUS and CONUS missions. 4.0Objective: The objective is to contractually procure the equipment, software and support listed on the attached price quote. 5.0Scope: The contractor shall provide the items listed under section 4.0 of this SOW, and extract phonebook, pictures, videos, SMS messages, calls histories, ESN/IMEI information, and deleted SMS/ call histories off the SIM/USIM for rapid analysis. Services shall be delivered to Criminal Investigation Task Force (CITF), Bldg 714, 9900 Dalrymple Road, Fort Belvoir VA 22060, Point of Contact (POC): Mr. Frank Martinez (703-805-5340; francisco.j.martinez6.civ@mail.mil). 6.0Period of Performance: N/A 7.0Hours of Operation: Twenty Four (24) hours a day/Seven (7) days a week. (This all depends on the purchase being made, different purchases may require different hours. For example, IT service support may be required 24 hours a day, where another service may only require work from 8-5, Monday thru Friday. 8.0Recognized Holidays: The contractor is required to perform services, if needed, on the following holidays: (Again this depends on how long the service or supply is for and when it falls. Usually service contracts that are for a year or more have all the federal holidays as days that service might need to be performed.) New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 9.0Place of Performance: CITF, Bldg 714, 9900 Dalrymple Road, Fort Belvoir VA 22060. If necessary, the Government will provide access to the appropriate Government buildings, needed for any onsite system support, during the contract's period of performance. Access however, shall not be granted until approved by the Command's Security Office. The contractor is to contact Mr. Frank Martinez (703-805-5340; francisco.j.martinez6.civ@mail.mil ) at least five (5) business days prior to performance on the Government installation in order to achieve the approved access from the Command. 10.0Security: Not Applicable. 11.0Specific Task: The contractor shall provide CITF with the items specified in section 4.0 of this SOW, as well as the support specified in section 5.0 of this SOW, to effectively support and sustain the products to meet the requirements for this effort. 12.0Installation & Setup: N/A 13.0Technical Support: When required, the contractor shall provide diagnosis of system problems and continuous problem resolution by phone, e-mail, or online assistance, providing both responsive and proactive services that will allow operational efficiency. 14.0Inspection/Acceptance/FOB Terms: Inspection and Acceptance shall be at Destination. FOB shall be at Origin. This contract POC: francisco.j.martinez6.civ@mail.mil Phone; 703-805-5340 Fax; 703-805-5363
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c92e2032ca79357b072235194f5c3d1)
 
Place of Performance
Address: ACC - New Jersey 5418 South Scott Plaza Fort Dix NJ
Zip Code: 08640
 
Record
SN03408256-W 20140628/140626235730-7c92e2032ca79357b072235194f5c3d1 (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.