AMENDMENT 01 - The purpose of this amendment is to extend the response date to Tuesday, September 22, 2020 at 4:00pm CST. Questions and Answers are also provided as an attachment.
---------------
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued.
Solicitation Number FA441720QC008 is hereby issued as a Request for Quote.
Response Date: Tuesday, September 22, 2020 at 4:00PM CST
This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08, Effective 13 Aug 2020.
This is acquisition is solicited on an unrestrictied basis using Full and Open Competition.
The North American Industry Classification System (NAICS) code for this project is 334220, and Federal Stock Class (FSC) code is 5810. The Size Standard for this NAICS is 1,250 employees.
STATEMENT OF OBJECTIVES
The overall Intent is to provide two (2) brand name VICOM gateways with four (4) radio connections each as well as antennas, cabling, couplers and power supplies. The gateways will be used to record and network radio communications over IP between various administrators, user and viewers. This equipment will enable the ICC and the secondary location to communicate with various aircraft and other entities working with AFSOC and the 1 SOW. The VICOM functionality, cables boxes, connections and switches will remote communications from the radio room to the Battlestaff area and the Command Post area. This will provide both locations the ability to have full up radio capabilities. This system is needed to provide ICC the ability to remote the programming, audio and transmit functions to their computers. The base station shall support (5) AN/PRC-117G radios and (2) AN/PRC-160 radios. Radios will be provided by the Government.
Contractor shall provide routine maintenance support for the first year after installation. Option CLINs will be added for maintenance for follow on years. Basic training shall be provided to 1 SOAOS personnel that will operate this system after installed. The contractor will be responsible for all engineering, integration, testing, and quality assurance.
Below is the Government’s best attempt at an equipment list. Because we are not the technical experts in this area, we are not able to confirm if all items are needed or if additional items are needed in order to accomplish the intent described above. Technical acceptability will be based on the contractor’s proposal addressing the intent described above; this list below acts only as a guide.
Radio Gateway, Paraid RM-12, Quantity of 2
MBR AMP, AR-50, Quantity of 5
HF AMP, 125W Amp, Quantity of 2
HF Coupler, Quantity of 2
Ethernet Switch, Quantity of 1
HF Amp, 400W Amp, Quantity of 1
19” Rack Enclosure, Quantity of 2
SATCOM Antenna, Quantity of 5
Tri-Band Antenna, Quantity of 5
Laptop Workstation, Quantity of 2
Rack Mount UPS, Quantity of 1
AC/DC Power Supply, Quantity of 2
Patch Panel with RF Jacks, Quantity of 1
Tactical Speaker, Quantity of 7
The VICOM product request the specific VICOM brand name. However, all other items required to meet the Statement of Objectives do not require any specific brand name.
Below is the contract CLIN schedule
0001 - Materials
0002 - Engineering, Design, Programming, Installation, Integration, Testing, Training and Warranty/Maintenance for 1 year after project completion.
1001 - Maintenance Support Option Year 1
2001 - Maintenance Support Option Year 2
3001 - Maintenance Support Option Year 3
4001 - Maintenance Support Option Year 4
Addendum to 52.212-1, Instructions to Offerors – Commercial Items (Jan 2017)
THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD
FAR 52.212-2, Evaluation of Commercial Items (Oct 2014)
(a) 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 technical acceptability considered.
The Government will award a FFP contract to the Lowest Priced Technically Acceptable offer. Offers will be determined technically acceptable if the brand name VICOM product is quoted the proposed technical approach provides evidence that the product and solution quoted meet will meet the requirements identified in the Statement of Objectives.
Not all offers will be evaluated for technical acceptability. The lowest price offer will be evaluated, if the offer is determined technically acceptable, no other offers will be evaluated for technical acceptability. If the lowest price is not technically acceptable, the second lowest price will be reviewed. So on and so forth.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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)
A site visit has been scheduled for Wednesday, September 9th at 1300. Interested parties shall contact Elijah Braly at [email protected] no later than Monday, September 7th for site access and directions. Please provide your company information and the list of attendees from your company.
Due to lack of space, the remaining clauses and provisions (terms and conditions) can be found in the attached combined synopsis solicitation attachment.