Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2014 FBO #4638
SOLICITATION NOTICE

J -- M8000 Operating System Upgrade for US Army SMDC/ARSTRAT at Fort Detrick, MD, Fort Buckner, Okinawa, Japan, and Landstuhl, Germany.

Notice Date
8/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-14-T-0007
 
Response Due
8/12/2014
 
Archive Date
10/3/2014
 
Point of Contact
Jeanene Gerstenkorn, 719-554-8448
 
E-Mail Address
U.S. Army Strategic Command
(jeanene.m.gerstenkorn.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. A proposal is being requested based solely on this announcement. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(2). There is only one responsible source and no other services will satisfy the agency requirements. Glowlink Communications Technology, Inc., owns the Model 8000 Geolocation System and is the only known source for subject support services. A justification for Other than Full and Open Competition has been prepared for and approved by the Contracting Officer in support of this acquisition. U.S. Army Space and Missile Defense Command/U.S. Army Forces Strategic Command intends to issue a contract from solicitation W91260-14-T-0007 to Glowlink Communications Technology, Inc., 333 Distal Cir., Los Altos, California, pursuant to the authority of FAR Parts 12 and 13.106-1(b)(2). Glowlink shall provide program management, quality assurance services and upgrading of the Government-owned M8000 operating system to Microsoft Windows 7 from XP operating system and upgrade of the three operational M8000 with the Window 7 operating system from the XP operating system to Fort Detrick, Maryland; Landstuhl, Germany; and Fort Buckner, Japan, supporting the 53rd Signal Battalion in the support of the M8000 Geolocation system as described in the following Contract Line Item Numbers (CLINs): CLIN 0001 - Fort Detrick, MD Support, Model 8000, Serial Number 8000024, per paragraphs 2.0-2.2.2 of the attached Performance Work Statement (PWS). Period of performance: 150 days from date of award. QTY: 1 Each. CLIN 0002 - Landstuhl, Germany Support, Model 8000, Serial Number 8000017, per paragraphs 2.0-2.2.2 of the attached Performance Work Statement (PWS). Period of performance: 150 days from date of award. QTY: 1 Each. CLIN 0003 - Fort Buckner, Japan Support, Model 8000, Serial Number 8000023, per paragraphs 2.0-2.2.2 of the attached Performance Work Statement (PWS). Period of performance: 150 days from date of award. QTY: 1 Each. CLIN 0004 - Spare In-Plant (Los Altos) Support, Model 8000, Serial Number 8000014, per paragraphs 2.0 -2.2.2 of the attached Performance Work Statement (PWS). Period of performance: 150 days from date of award. QTY: 1 Each. CLIN 0005 - Travel, for Onsite Support, per paragraph 2.2.3 of the attached Performance Work Statement (PWS). Period of performance: 150 days from date of award. QTY: 1 Lot. CLIN 0006 - Contractor Manpower Reporting, per paragraph 5.0 of the attached Performance Work Statement (PWS). Period of performance: 150 days from date of award. QTY: 1 Job. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74, dated 1 July 2014. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), applies to this acquisition to the extent consistent with a sole source acquisition. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2014), with its offer. Offeror shall also include a completed copy of the attached provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law (Deviation 2012-O0007), with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2014), applies to this acquisition. In addition, the following requirements/terms and conditions apply to this requirement: FAR 52.204-7, System for Award Management (Jul 2013); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); FAR 52.204-13, System for Award Management Maintenance (Jul 2013); FAR 52.219-1, Small Business Program Representations (Apr 2012) with Alternate I (May 2014); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.227-1, Authorization and Consent (Dec 2007); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007); FAR 52.227-3, Patent Indemnity (Apr 1984); FAR 52.227-14, Rights in Data-General (May 2014); FAR 52.227-15, Representation of Limited Rights Data and Restricted Computer Software (Dec 2007); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes-Fixed Price (Aug 1987) with Alternate II (Apr 1984); FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); DFARS 252.204-7004, Alternate A, System for Award Management (Feb 2014); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.227-7013, Rights in Technical Data-Noncommercial Items (Feb 2014); DFARS 252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation (Feb 2014); DFARS 252.227-7016, Rights in Bid or Proposal Information (Jan 2011); DFARS 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions (Jan 2011); DFARS 252.227-7019, Validation of Asserted Restrictions-Computer Software (Sep 2011); DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (Jun 1995); DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2013); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Revised Jun 25, 2013); and DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013). Offeror must submit a proposal via e-mail to: Jeanene.M.Gerstenkorn.civ@mail.mil by 4:00 p.m. Mountain Time on August 12, 2014 to be considered by the government. The Point of Contact is: Jeanene Gerstenkorn. Proposal will only be accepted electronically by e-mail at Jeanene.M.Gerstenkorn.civ@mail.mil. Response sent to any other e-mail address will not accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e7381232df4b2b4eda611afe2653457e)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN03449199-W 20140806/140804235302-e7381232df4b2b4eda611afe2653457e (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.