|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#216745CONS, 1201 Edward H. White II St, MS 7200, Patrick AFB, FL
32925-3237 63 -- UPGRADE MOSCAD/INTRAC ALARM REPORTING SYSTEM SOL
F08650-98-T-C393 DUE 090398 POC Linda Kelly, Contract Specialist (407)
494-9513/Mrs Thyra Hayes, Contracting Officer (407) 494-4292 This is
a combined synopsis/solicitation for a commercial item 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. Solicitation #
F08650-98-T-C393 is issued as a Request for Quotation on a sole source
basis from Motorola, Inc.. Specifications, plans, or drawings relating
to the procurement described are not available and cannot be furnished
by the Government due to proprietary information. Motorola, Inc.
possesses unique knowledge and proprietary rights which cannot be
obtained from any other source. The statutory authority for Other Than
Full and Open Competition is 10 USC 2034(c)(1), only one responsible
source. The solicitation document and incorporated provisions and
clauses are those in effect through Defense Acquisition Circular 91-13
and Air Force Space Command Circular 96-3. This procurement is a sole
source requirement, however, all responsible sources may submit an
offer which will be considered by the 45th Space Wing. The SIC code and
business size standard are 7372/$18.0M. This requirement is for a fixed
price contract for nine (9) line item(s). Line Item 0001: Quantity: 1
EA, Motorola P/N T5737 Wonderware Intouch Development Package; Line
Item 0002: Quantity: 3 EA, Motorola P/N T5738 Wonderware InTough Run
Time Mode; Line Item 0003: Quantity: 1 EA, Motorola P/N F6909 Moscad
RTU, no radio, unit will interface into existing radio; Line Item 0004:
Motorola P/N V393 Intrac Radio Interface Board; Line Item 0005:
Quantity: 1 EA, Motorola P/N V214 3-Slot Motherboard and Small Housing;
Line item 0006: Quantity: 1 EA, Motorola P/N F2316 Programming Toolbox
Software; Line Item 0007: Quantity: 1 EA, Motorola P/N V377 Third
Party Protocols; Line Item 0008: 4 EA, Motorola P/N L3033 Intrac/Moscad
Central with 128MEG-RAM, 32XCD-ROM, Zip Drive, 6.4GB Harddrive, 56k
Modem, 300MHz CPU, 17" Monitor, Windows NT LAN Card and Office
Professional 97; Line Item 0009: Quantity: 1 EA, Engineering Services
to upgrade base-wide Intrac Central Stations to include data
collection, development, configuration, integration, 90 days Technical
Support and On-Site Operator Training. These items are used for
upgrading existing Moscad/Intrac Alarm Reporting System to a Windows
based system and for Y2K. Required delivery is 60 days after contract
award with acceptance and FOB at destination. Delivery will be to the
Transportation Officer, Bldg 310 (between 7:30 AM and 3:30 PM), Patrick
AFB, FL 32925-5270. FAR 52.252-1, Solicitation Provisions Incorporated
by Reference (FEB 1998), 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 offeror is cautioned that the
listed provisions may include blocks that must be completed by the
offeror and submitted with its quotation or offer. In lieu of
submitting the full text of those provisions, the offeror 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 address:
HYPERLINK http://farsite.hill.af.mil/ http://farsite.hill.af.mil/ (All
letters in lower case.) (End of provision). FAR 52.212-1 Instructions
to Offerors -- Commercial Items; FAR 52.212-3 Offeror Representations
and Certifications -- Commercial Items, DFARS 252.225-7000 Buy American
Act -- Balance of Payments Program Certificate and DFARS 252.225-7035
Buy American Act-North American Free Trade Agreement Implementation
Act-Balance of Payments Program Certificate (offerors shall provide a
completed copy of the provisions at FAR 52.212-3, DFARS 252.225-7000
and DFARS 252.225-7035 with offer). FAR 52.252-2, Clauses Incorporated
by Reference (FEB 1998), 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 address: HYPERLINK
http://farsite.hill.af.mil/ http://farsite.hill.af.mil/ (All letters in
lower case.) (End of clause). FAR 52.212-4 Contract Terms and
Conditions -- Commercial Items (without addenda); FAR 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items with the following applicable clauses for para b --
FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for
Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative
Action for Handicapped Workers and FAR 52.222-37 Employment Records on
Special Disabled Veterans and Veterans of the Vietnam Era; DFARS
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items with the following applicable clauses -- DFARS
252.225-7001 Buy American Act and Balance of Payment Program and DFARS
252.225-7036 North American Free Trade Agreement Implementation Act;
FAR 52.225-11 Restrictions on Foreign Purchases; FAR 52.246-1
Contractor Inspection Requirements; FAR 52.247-34 FOB Destination;
DFARS 252.204-7004 Required Central Contractor Registration (CCR)(***AS
OF 01 JUNE 1998 IT IS MANDATORY FOR ALL VENDORS TO BE REGISTERED IN
THIS CCR SYSTEM IN ORDER TO RECEIVE A FEDERAL GOVERNMENT CONTRACT. TO
REGISTER CALL 1-888-227-2423 or register on-line at HYPERLINK
http://www.safaq.hq.af.mil/contracting/ccr0.html
http://www.safaq.hq.af.mil/contracting/ccr0.html (All letters in lower
case.)***); DFARS 252.227.7015 Technical Data -- Commercial Items;
DFARS 252.227-7037 Validation of Restrictive Markings on Technical
Data; DFARS 252.232-7009 Payment by Electronic Funds Transfer (CCR)
(JUN 1998); and AFSPCFARS 5352.212-9500 Commercial Warranty. YEAR 2000
COMPLIANCE REQUIREMENT: All Information Technology items must be year
2000 compliant or non-compliant items must be upgraded to be year 2000
compliant not later than December 31, 1999. Year 2000 compliant means
Information Technology that accurately processes dates/time data
(including, but not limited to, calculating, comparing and sequencing)
from, into, and between the twentieth and twenty-first centuries, and
the years 1999 and 2000 and leap year calculations. Furthermore, year
2000 compliant Information Technology shall accurately process
date/time data if the other Information Technology properly exchanges
date/time data with it. Any contract awarded as a result of this
solicitation will be a DO rated order certified for national defense
use under the Defense Priorities and Allocations System (DPAS) (15 CFR
700). The Government intends to make a single award to the responsible
offeror whose offer is the most advantageous to the Government
considering price and price-related factors to include past
performance. FAR (provision) 52.212-2, Evaluation—Commercial
Items, complete para (a) with the following: Award will be made to the
offeror who meets the solicitation's minimum criteria for technical
acceptability at the lowest price and has a satisfactory past
performance record. To be determined technically acceptable, the
offeror must furnish product literature which demonstrates that the
products offered meet each and every requirement stated in the purchase
descriptions given above for Items 0001 through 0009. **THE FOLLOWING
MUST BE COMPLETED, AS APPLICABLE, & RETURNED WITH YOUR QUOTE: 1. IF
YOUR QUOTE IS FOB ORIGIN, PLEASE PROVIDE THE TOTAL SHIPPING WEIGHT
_________ AND/OR THE SHIPPING COST ________. 2. IF THIS/THESE ITEM(S)
IS/ARE ON ANY GOVERNMENT CONTRACT, PLEASE PROVIDE COPY OF THE CONTRACT
AND: CONTRACT NUMBER -- _________; EXPIRATION DATE -- ______; PROMPT
PAYMENT TERMS -- _______; FOB POINT -- __________. 3. FOR WARRANTY
PURPOSES, PLEASE FURNISH THE FOLLOWING INFORMATION FOR EACH LINE ITEM:
THE WARRANTY EXTENDS FOR A PERIOD OF ___ DAYS OR ___ YEARS FROM ( )
DATE OF SHIPMENT, ( ) DATE OF RECEIPT OR ( ) DATE OF INSTALLATION. 4.
CONTRACTOR DUNS NUMBER -- ____________. 5. CONTRACTOR CAGE CODE --
________. 6. IS THE "REMIT TO" THE SAME AS THE ORDERING ADDRESS?
__YES/__NO IF "NO", PLEASE FILL IN CORRECT "REMIT TO": NAME OF COMPANY
-- ________________ NO/STREET OR PO BOX NO. -- ______________
CITY/STATE/ZIP -- ____________.** Offers are due no later than 5:00 PM
EST on 3 Sep 98 at 45 CONS/LGCSA, 1201 Edward H. White II St., Bldg.
423, Patrick AFB, FL 32925-3237. For information contact Linda Kelly,
Contract Specialist, at (407) 494-9513, Fax (407) 494-2983. See
Numbered Note 22. Posted 08/24/98 (W-SN240800). (0236) Loren Data Corp. http://www.ld.com (SYN# 0326 19980826\63-0004.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|