SOLICITATION NOTICE
58 -- Ruggedized Wi-Fi Modems with Power Supply
- Notice Date
- 7/28/2023 9:02:31 AM
- Notice Type
- Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- COMMANDING GENERAL PARRIS ISLAND SC 29905-9001 USA
- ZIP Code
- 29905-9001
- Solicitation Number
- M00263-23-Q-1006
- Response Due
- 8/4/2023 11:00:00 AM
- Archive Date
- 08/19/2023
- Point of Contact
- Linda Green, Phone: 8432281993, Ronald Sanchez, Phone: 8432281065, Fax: 8432282163
- E-Mail Address
-
linda.green@usmc.mil, ronald.sanchez@usmc.mil
(linda.green@usmc.mil, ronald.sanchez@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The Regional Contracting Office, Marine Corps Recruit Depot-Parris Island, SC intends to solicit and award at Firm Fixed Price contract. This is a 100% Small Business Set-Aside solicitation under North American Industrial Classification System (NAICS) code 334210 with a size standard of 1,250. Solicitation number M00263-23-Q-1006 is issued as a request for quotation (RFQ) using the commercial procedures in accordance with FAR Part 12 and Simplified Acquisition Procedures FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Acquisition Circular 202304 and DFARS Publication 20230427. The 9th Marine Corps District (9MCD) has a requirement to procure the following items listed below: . Ruggedized Wi-Fi modem with power supply; Quantity: 22 . Enterprise Branch Essentials centralized management software; Quantity: 1 . Net Cloud Essentials management software; Quantity 21 . 5G outdoor antenna; Quantity: 1 All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF 1449 M00263-23-Q-1006 attached to this synopsis. Quoters responding to this announcement shall submit their quotes in accordance with FAR Part 12 and additional instructions, conditions, and notices to Quoters provided in the attached Section L of the SF1449. The provision at 52.212-1 applies to this acquisition and its addendum provision. The following factors shall be used to evaluate offers: (i)Price (ii)Other Factors: Contractor�s quoted supplies or services shall, at a minimum, meet the salient characteristics, specifications, deliverables, or performance requirements outlined in the solicitation. In accordance with FAR 13.106-2(b)(3), the government will conduct a comparative evaluation of quotations based on price and other non-price factors. The Government will first eliminate unacceptable quotations; the remaining quotations will be arranged from lowest price to the highest price. If there are more than two (2) quotes, the Government will conduct a comparative assessment of at least the two (2) lowest price quotes. The award will be made to the offeror�s whose quote is determined to have both a fair & reasonable price and to be the most advantageous to the Government. (iii)Past Performance: The apparent successful, prospective contractor must have satisfactory or neutral past performance. Past Performance shall be evaluated in accordance with FAR 13.106-2. The Supplier Performance Risk System (SPSR) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers� past performance in accordance with DFARS 213.106-2(b)(i) Quoters shall complete provision at 52.212-3 Alternate I, Offeror Representations and Certifications -- Commercial Items. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.204-24 and 52.204-26 must be completed and included with quote, and must provide the country of origin for quoted items. All other additional contract requirements for this acquisition can be found in the attached SF 1449. Any/all questions regarding this RFQ shall be e-mailed to the Government points of contact: Linda Green linda.green@usmc.mil and MSgt. Ronald Sanchez at ronald.sanchez@usmc.mil . The closing date and time for this solicitation is July 28th at 2:00 PM Eastern Standard Time. Ability to add a second cellular modem for simultaneous dual-carrier LTE service Size: 4.5 inches length by 4.6 inches width by 1.5 inches height Ability to use Nano SIM, Micro SIM, and Mini SIM cards Minimum of 4G and must be 5G ready/capable ITEM 0002 DESCRIPTION/SPECS: Brand name or equal Cradlepoint Enterprise Branch Essentials Enterprise Branch Essentials centralized management software 1 Provide location tracking of all devices 5-Year Warranty and Service Contract Provide threat management, web filtering, application visibility and analytics Support for VPN tunneling encryption (DMVPN, IPSec,GRE, etc.) Stateful zone-based firewall configuration capability Real-time device location, modem removal, and unauthorized configuration changes Zero-touch deployment and manage devices in real time Ability to remotely configure devices and update device software Ability to receive alerts of security threats and reports of device outages SSAE Type II (SAS 70) compliance Ability to manage data usage to avoid service overages Comprehensive intrusion prevention and detection (IPS/IDS) for Defense in Depth ITEM 0003 DESCRIPTION/SPECS:� Brand name or equal to Cradlepoint NetCloud Essential management software NetCloud Essentials management software 21 Ability to manage all WAN connection types from a single software policy WAN types include wireless, WI-FI as WAN, and wired Ability to create a cloud hub-and-spoke VPN network Centralized management via the could � including out-of-band 3rd party routers Hybrid WAN management for 3G/4G/5G and wired Ethernet connections Remotely configure routers Create alerts and receive reports for network downtime, security threats, usage, etc. Bi-directional management protocols optimized for cellular networks Open API enables single pane-of-glass, integration and extensibility Resiliency: Tier 4 datacenter, (SSAE Type II (SS 70) compliant Comprehensive intrusion prevention and detection (IPS/IDS) system ITEM 0004 DESCRIPTION/SPECS:� Brand name or equal to Cradlepoint W4005 5G outdoor antenna 1 Outdoor High-BandW4005 Series 5G Wideband Adapter (antenna) Minimum passthrough of 2Gbs Dual connectivity 5G Low, Mid & Hight Band & Cat 20 LTE LAN Connectivity 2.5 GbE Management through NetCloud Essentials or Enterprise Branch Essentials Operating Temperature -22 �F to 158 �F Diagnostics & Troubleshooting through Netcloud or Branch Essentials Adapter Operating Modes (IP Passthrough, IP Passthrough with failover, NAT, etc.) Secure Remote Management/Orchestration Wi-Fi: 802.11ax Network Operating Standards: PTCRB (U.S.), GCF (Global) Form Factor: Metal (IP67 rated) Private Cellular Network Capable using CBRS, 4G LTE, and 5G Insights, Alerts, and Dashboard Analytics 3.0 DELIVERABLES/SCHEDULE MONDAY THROUGH FRIDAY: 0800 - 1500 3.1. Packaging, Shipment and Marking FOB Destination 3.2. Schedule and Place of Delivery The Cradlepoint devices and antenna equipment will be delivered to: 9th Marine Corps District 2223 Luce Blvd, Bldg 523 Great Lakes, Illinois DELIVERY MUST BE COORDINATED WITH: Mr. Dylan Oxendine, 847-887-8375, dylan.oxendine@marines.usmc.mil or Mr. Kellen Ace Cenek, 847-887-8372, Kellenace.cenek@marines.usmc.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/63ccf4d545534c898e4153ff51f2caeb/view)
- Place of Performance
- Address: Great Lakes, IL 60088, USA
- Zip Code: 60088
- Country: USA
- Zip Code: 60088
- Record
- SN06768519-F 20230730/230728230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |