Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2015 FBO #5047
SOLICITATION NOTICE

70 -- ABS 3.0 Software Upgrade - Signed J&A Alerton Building Suite 3.0

Notice Date
9/16/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-15-T-0107
 
Archive Date
10/3/2015
 
Point of Contact
Mario Alexander Valdez Iturbe, Phone: 5757844017, Denny De Guzman, Phone: (575)784-4690
 
E-Mail Address
mario.valdez_iturbe@us.af.mil, denny_chris.de_guzman.1@us.af.mil
(mario.valdez_iturbe@us.af.mil, denny_chris.de_guzman.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The signed J&A regarding the requirement for obtaining a brand name only product. 1)Notice to Offerors: Funds are not presently available for this project and no award will be made under this solicitation until funds are available. Bid acceptance period should be valid through 30 Sep 15. Due to budget uncertainty, the government reserves the right to cancel this solicitation, either on or before 30 Sep 15, with no obligation to the offeror by the government. 2)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 3)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 and Defense Change Notice 20150602. 4)The Federal Supply Class code is 7025, NAICS is 334614, Small Business Size Standard for this NAICS code is 500 employees. 5)Description: CLIN 0001- Alerton Building Suite ABS 3.0 Enterprise Software CLIN 0002- On-site installation, system configuration, database conversion This is a one time Brand Name purchase to Upgrade existing Alerton Controls System Inc. Envision 2.01 DDC software to Alerton Building Suite ABS 3.0 software. Currently CAFB is using Alerton Envision 2.01 software. This software does not support current versions of windows platforms; it is only compatible with legacy systems which are no longer supported by Microsoft. It also requires a hardware key which must be inserted in order to access the software. This program allows remote monitoring, control and trend analysis of environmental controls on 104 existing facilities. This in turn allows facilities to comply with the AFSOC energy policy letter, while aiding in identifying early life-cycle failure of related HVAC equipment. This system upgrades the system installed in 2008 under project CZQZ080195, which installed all of the field units, the server, and a front end monitoring system. The system must have a valid, current, approved authority to operate (ATO). The system must be capable of communicating with the existing 104 subsystems in a manner that allows remote programming, set-backs, overrides, control, monitoring and trend analysis on the existing PIT system. Cost includes installation on the existing VLAN server, configuration and converting the existing software database. Cost includes a credit for the return of the existing hardware key as it will be redundant due to the nature of the upgraded programs security protocol. Due to the lengthy ATO process coupled with existing infrastructure, turning to another brand of software would be extremely costly compared to updating current software. Therefore, this purchase will be sought as a Brand Name Justified solicitation (See attachment). 6)Delivery shall be F.O.B. Destination to: 27 SOCES/CEO Attn: Hansen Wilson 506 N Air Commando Way, Cannon AFB, NM 88103 Delivery Date: 30 Days ARO The following provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1.Price 2.Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of the aforementioned Item Descriptions including installation, the delivery date, and Quality of Products (i.e., products brochures and/or products data shall be attached to the price proposal). All offers will be ranked according to the total evaluted price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management. The following DFARS clauses cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252-225-7001 Buy American and Balance of Payments Program DFARS 252-225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea - Basic The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 7)Quotes must be signed, dated and submitted by 18 Aug 2015 12:00PM, Mountain Standard Time. Quotes shall be electronically submitted via email to both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: A1C M. Alexander V. Iturbe- Mario.Valdez_Iturbe@us.af.mil Secondary: A1C Denny Chris De Guzman- Denny_Chris.De_Guzman.1@us.af.mil 8)For further inquiries, please email the POC listed above or the Contracting Officer, SSgt Octavio Valverde at Octavio.Valverde@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-15-T-0107/listing.html)
 
Place of Performance
Address: 506 N Air Commando Way, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN03889251-W 20150918/150916235541-667b6ca0620619055a34a78e4b9f3f62 (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.