Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
SOLICITATION NOTICE

58 -- BAND 14 SMARTPHONE DEVICES - RFQ NB671000-18-02775

Notice Date
5/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB671000-18-02775
 
Archive Date
6/20/2018
 
Point of Contact
Aron Krischel, Phone: 3034973032
 
E-Mail Address
aron.krischel@nist.gov
(aron.krischel@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NB671000-18-02775, Band 14 Smartphone Devices DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVLAUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-89) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contracting officer within three (3) days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 1,250 employees. This requirement is being competed as total small business set-aside. All interested responsible small business concerns may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for the purchase Seven (7) Band 14 Smartphone devices. Attached are the Specifications for solicitation NB671000-18-02775. Please submit a quote for the required Band 14 Smartphone devises that meet the requirements. This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, having a Small Business Size Standard of 1,250 employees. All communications and documents must include the solicitation # NB671000-18-02775. Please email your quote to me at aron.krischel@nist.gov no later than June 5, 2018, 2:00 PM Mountain. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at aron.krischel@nist.gov no later than May 31, 2018. Your quote must meet all requirements of FAR 52.212-1, as well as include the following information: · Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. · Firm fixed price quote for Band 14 Smartphone devices. · Payment Terms: Net 30. · The requested delivery is within 60 days after receipt of the order (ARO). FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. · Company DUNS No. To be eligible for this award, the quoter must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. The provision at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account. BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter’s initial quotation should contain the quoter’s best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an “unacceptable“ technical rating. PRICE: Price shall be evaluated for reasonableness. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor – Cooperation With Authorities And Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.225-18 – Place of Manufacture. FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests FAR 52.252-2, Clauses Incorporated by Reference: 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://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer’s Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST Shipping and Receiving 325 Broadway Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS (1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an Issuable unit. (3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. If you have any questions, please do not hesitate to contact me at aron.krischel@nist.gov. Aron Krischel Contracting Officer for National Institute of Technology 325 Broadway Boulder, CO 80305 REQUIREMENTS/SPECIFICATIONS Band Class 14 Smartphone Devices I. BACKGROUND The Public Safety Communications Research (PSCR) Deployables Research Group provides research, development, testing and evaluation for broadband deployable systems. This research will establish feasible concepts for public safety agencies to use multiple Deployable Systems (DS) and/or for multiple agencies to use their individual DS in a joint environment. A DS is a critical component for providing coverage to Next Generation First Responders under the Nationwide Public Safety Broadband Network. Availability of DS technology is expected to be a critical need for remote areas where complete coverage is not feasible, areas with extreme congestion due to large-scale events or incidents, and areas where installed resources are compromised. II. OBJECTIVES To support the continued development and demonstrations of DS technology, PSCR requires seven (7) Band Class 14 Smartphone Devices to connect to band 14 fixed and mobile networks within an operational area. III. SPECIFICATIONS A. The contractor shall deliver seven (7) Band Class 14 Smartphone Devices each of which meets the following specifications: 1. 4G Long Term Evolution (LTE) architecture as described by 3 rd Generation Partnership Project (3GPP) Release 10 2. Operational frequency: Band class 14 and band class 17; unlocked and capable of attaching to non-carrier specific Public Land Mobile Network (PLMN) values 3. Compliant with Federal Communications Commission (FCC) rules and regulations pertaining to wireless radiation 4. Support voice over LTE (VoLTE) 5. Support and configure Internet Protocol Multimedia Subsystem (IMS) architecture; IMS Access Point Name (APN) settings must be configurable 6. Support short message service and multimedia messaging service 7. Device access: a. Configurable by PSCR personnel b. Configuration settings available to PSCR personnel 1. VoLTE Enable/Disable 2. Data Only Enable/Disable 3. PLMN Configuration 4. Band Locking 5. Circuit and Packet Switched Mode 6. Packet Switched Only Mode 7. Diagnostic port access shall be able to be used by commercial diagnostic tools such as LinkMaster 8. Internet Protocol, Versions 4 and 6, Enable/Disable 9. Internet Protocol Security (IPSEC) Enable/Disable for IMS/VoLTE connections, specifically for Session Initiation Protocol (SIP) messaging c. Any software, firmware, and drivers needed for configuration shall be included 8. At a minimum, shall support Android 6.0 Marshmallow 9. At a minimum, shall support Wi-Fi 802.11 a/b/g/n/ac 10. At a minimum, shall support Bluetooth version 4.0 11. At a minimum, shall include 16GB of internal storage 12. At a minimum, shall include 1GB Random Access Memory (RAM) 13. At a minimum, shall include two (2) “micro” Subscriber Identity Module (SIM) slots 14. Shall include a “micro” Secure Digital (SD) card slot 15. Shall include hardware for Push-To-Talk (PTT) operations 16. At a minimum, one (1) 2700mAh battery with each device 17. One (1) charger with each device compatible with “micro” Universal Serial Bus (USB) connector 18. No larger than 150mm x 90 mm x 30 mm 19. No heavier than 200g IV. TECHNICAL SUPPORT The contractor shall deliver a comprehensive technical support package for each device to include troubleshooting, configuration of hardware and software/drivers, initial setup, upgrades to hardware/software, and typical maintenance. V. WARRANTY One (1) year on hardware material and/or workmanship from the date of delivery. A minimum of ninety (90) days on software from the date of delivery. VI. DELIVERY Sixty (60) days after receipt of order (ARO) VII. DELIVERABLES Description Qty Due Date Band 14 capable smartphone device in conformance with the specifications detailed in Section III, Specifications 7 60 days ARO Band 14 Smartphone Cellular Device Technical Support 1 60 days ARO VIII. ACCEPTANCE / INSPECTION Prior to acceptance and final payment, PSCR team members will test and evaluate the equipment to ensure conformance and performance to the specifications listed in the Statement of Work. Tests will include, but are not limited to, connectivity checks, weight checks, software evaluation, throughput tests, OS evaluation, and hardware evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB671000-18-02775/listing.html)
 
Record
SN04936142-W 20180531/180529230659-d05d9d0135d39ba95ec243170620f995 (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.