Solicitation FA8751-13-Q-BRDG is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130419. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as a total small business set-aside under NAICS code 334210 and small business size standard of 1000 employees. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacturer, is 500 employees.
The contractor shall provide the following items and installation on a firm fixed price basis:
An external teleconferencing system that is compatible with our existing Avaya CS1000M Telephone Switch (PBX) and with any future PBX upgrade.
The teleconferencing system must have at a minimum:
-Must be one of the four Joint Interoperability Test Command (JITC) approved teleconferencing system brands & models:
Manufacturer: Compunetix Inc.
Model: CONTEX Summit/Summit Xtend (XT)
Version: 2.18.0
Manufacturer: Sonexis
Model: ConferenceManager
Version: Rel 10.0.40
Manufacturer: Forum Communications
Model: Consortium II
Version: Rel. 7.1
Manufacturer: XOP Networks, Inc.
Model: Universal Svc. Node
Version: 4.3.1
-24 port conferencing, stating number of conferences per 24 ports
-Upgradable in the future to at least 72 ports
-Ability for advance scheduling
-Ability to record the conference
-Out dialing capability
-Ability of sub-conferences within a conference
-System maintenance (1 year minimum)
-Installation of the system
Any additional features will be considered. Please include these as optional ‘add-on's' in your offer.
Quantity: 1 system
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
Total price must include shipping FOB Destination.
The required delivery date is approximately 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441.
The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3PM EST, Tuesday 28 May 2013. Submit to: AFRL/RIKO, Attn: Jenna Tarbania, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected].
(b)(4) Submit a technical description of the items being offered. To be considered for award offerors must include the following information:
-Options available on the proposed system for interconnecting with the PBX
-Length of time for installation
-Any anticipated interruption for our users & how long
-Best time to accomplish install (i.e. normal working hours, evenings, weekends,
etc.)
-Types of training available & cost
(b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This applies to any item with a unit price greater than or equal to $5,000.
(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(k) SAM. Offeror's must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement and
(ii) price
All evaluation factors when combined are of equal importance.
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I, 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law- Fiscal Year 2013 Appropriations and DFARS 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- DoD Appropriations (Deviation).
For your convenience all referenced certifications are attached to this solicitation. If your SAM record is up to date with the assigned NAICS code you can return the short form (Attachment No. 1). If your SAM record is not up to date or does not include the assigned NAICS please return the long form for the assigned NAICS (Attachment No. 2).
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside, Alternate I
52.219-28, Post Award Small Business Program Rerepresentation
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, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.227-7015 Technical Data--Commercial Items
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests and Receiving reports
252.247-7023 Transportation of Supplies by Sea, ALT III
252.247-7024 Notification of Transportation of Supplies by Sea
The following additional FAR and FAR Supplements provisions and clauses also apply:
52.232-18, Availability of Funds
252.211-7003, Item Identification and Valuation
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407.
5352.223-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations
The following additional terms and conditions apply:
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.
Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.
The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.
All responsible organizations may submit a quote, which shall be considered.