Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2015 FBO #5018
SOLICITATION NOTICE

70 -- ITRON MV-90xi

Notice Date
8/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-15-T-0155
 
Archive Date
9/10/2015
 
Point of Contact
Minako Kinjo, Phone: 011816117457841
 
E-Mail Address
minako.kinjo.ja@usmc.mil
(minako.kinjo.ja@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: ITRON MV-90xi FEDERAL SUPPLY CODE : 7030 SOLICITATION NUMBER : M67004-15-T-0155 SOLICITATION CLOSES : 26Aug2015 @ 06:00 PM EST Point of Contact: Minako Kinjo PSC 557 Box 2000 FPO AP 96379-2000 Telephone: 011-81-98-970-7841 Fax: 011-81-98-970-0959 Email responses preferred: minako.kinjo.ja@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. The Regional Contracting Office-MCIPAC intends to solicit and award a Firm Fixed Price contract for this requirement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20150626. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The North American Industry Classification System (NAICS) 541519- All Other Miscellaneous Fabricated Metal Product Manufacturing ; The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: Quoters shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. Delivery Location: FED Camp S D Butler BLDG#363 FPO, Armed Forces Pacific 96373-5001 US The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' items. Therefore, if "equal" item(s) is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. The quoter must provide quote as CLIN structure below and include the following information Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register (CCR)/ Government Rep name, email address Estimate Delivery date Discount Terms Quote must be submitted as CLIN stracture povided below. CLIN structure CLIN0001 MV-90xi Network Standard configuration and TCP/IP Network Qty: 1EA Reference Manufacture: Itron Model# SFL-1454-000, SFR-0116-003-ED, SFR-0092-001-ED CLIN0002 MV-90xi Network Implementation Service Qty: 1 Lot Travel Contractor shall submit all related receipts with invoice prior to payment. All other travel expenses not authorized under this CLIN shall not be reimbursed. Travel Related Expense per trip: • AIRFARE: $ XXX.00 NTE Authorized but not to exceed (receipts are required for payment) • LODGING: $XXX.00 NTE ($XXX.00 x XX nights) Authorized but not to exceed (receipts are required for payment) • RENTAL CAR / TRANSPORTATION: $XXX.00 NTE ($XX.00 x X days) Authorized but not to exceed (receipts are required for payment if over $75.00) • PER DIEM: $XXX.00 ($XX.00 x X days) CLIN0003 Annual Maintenance for MV-90 xi Network Standard configuration Annual Maintenance Service is required for MV-90 xi Network Standard Configuration and TCP/IP Network. Qty: 1EA CLIN0004 Actian PSQL v11 server-for 6users is the core software to develop a new application. We would like to acquire this software to manage a large database to comply with the capability of MV-90xi network Standard Configuration systems. Qty:1EA Minimum Requirement - MV-90 xi Network Standard Configuration for 201 - 500 Endpoints - BN or = - TCP/IP, Network - BN or = - MV-90 xi Network Implementation Services - BN or = - Annual Maintenance: MV-90 xi Network Standard Configuration for 201 - 500 Endpoints - BN or = - Annual Maintenance: TCP/IP Maintenance Discount - BN or = Product features required: * The ability to collect data from over 150 metering devices; * Support for a variety of communications including PSTN, Cellular, RF, HHF file import, TCP/IP * Support for a range of communication configurations including inbound and outbound calls, daisy chaining and master/slave configurations; * Industry best-practice techniques for data validation, editing and estimation; * Analysis tools including graphs and reports, data aggregations, time of use, loss calculations, billing determinant calculations; and * Flexible data export features, such as spreadsheet and ODBC file formats. * Ability to integrate/incorporate/import existing databases System Features: * Validation * Estimating and editing data * Aggregation and totaling * Multi-threaded communications * Multi-threaded data processing * Time of use * Exports * Reports and graphs Core Functions: * Remote Interrogation is used to dial up and retrieve interval, register and event data from recorders/meters via phone lines or other means of communication. * Validation to confirm the quality of data read from the meter, using a range of criteria that can be defined. * Editing and estimation is used to make adjustments to data that has failed validation. Data should have capability to be added, deleted, replaced, restored, adjusted, or changed by a multiplier. * Estimation techniques to include plug, copy, redundant/check meter, and linear interpolation. * Direct upload of Handheld Readers is used to upload data directly from the handheld reader via a direct connection using an RS232 cable or via a modem to a remote cradle. Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. The following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-23 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.211-7003 Item Identification and Valuation (Dec 2013), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012). DFARS 252.246-7006: Warranty Tracking of Serialized Items.(Jun 2011) Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.219-1 Small Business Program Representations (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996). DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) DFARS 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under the resultant contract shall comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/sec508/standards.htm. Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Quoters responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications-Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM /. (SAM) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes ( WAWF) as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with cover sheet and all of the above required. All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-15-T-0155/listing.html)
 
Record
SN03844966-W 20150820/150819001106-34acc000caaadb46fc9213aa5e5a3f5f (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.