Command Post VoIP Switch System

Agency: DEPT OF DEFENSE
State: Wyoming
Level of Government: Federal
Category:
Opps ID: NBD00159853479773456
Posted Date: Apr 12, 2024
Due Date: May 9, 2024
Solicitation No: Fa461324Q1029
Source: Members Only
Follow
Command Post VoIP Switch System
Active
Contract Opportunity
Notice ID
Fa461324Q1029
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 12, 2024 11:04 am MDT
  • Original Date Offers Due: May 09, 2024 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7G20 - IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334210 - Telephone Apparatus Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461324Q1029

Purchase Description: Command Post Voice Switch System



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested and further written solicitation will not be issued. This solicitation will be posted to SAM.gov as a Total Small Business Set-Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1029, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334210, with a small business standard of 1,250 employees.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2024-03 effective 2/23/2024, Defense Federal Acquisition Regulation Supplement (DFARS) effective 3/26/2024 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 7/07/2023.



DESCRIPTION OF ITEMS/SERVICE: All CLINs F.O.B. Destination.



Francis E. Warren AFB is seeking to enhance current systems and increase capabilities of interoperable communications such as one touch initiation, hotline availability, radio operations, multi-party conferencing, and phone-radio coupling while mirroring abilities in the alternate location. The contractor shall provide all items IAW CLIN Characteristics specified in Attachment 1 – Statement of Objective.



PERIOD OF PERFORMANCE: : 120 Calendar Days after Date of Order/Contract



CLIN STRUCTURE:



Shipping cost must be included in the line-item cost.



This total includes ALL materials, labor, equipment, tolls, and other costs associated with CLINs 0001 through 0006 including, but not limited to delivery, loading, and unloading.



Offerors must complete CLIN 0001 through CLIN 0006 below in its entirety and return with their quote submission.



CLIN 0001: Labor and Travel (See SOO for specific requirements)

Quantity: 1 Unit of Issue: LOT



Unit Price: $______________



CLIN 0002: Radio Equipment (See SOO for specific requirements)

Quantity: 1 Unit of Issue: LOT



Unit Price: $______________



CLIN 0003: Controller Positions (See SOO for specific requirements)

Quantity: 1 Unit of Issue: LOT



Unit Price: $______________



CLIN 0004: Recording Positions (See SOO for specific requirements)

Quantity: 1 Unit of Issue: LOT



Unit Price: $______________



CLIN 0005: Uninterruptible Power Supply and Racks (See SOO for specific requirements)

Quantity: 1 Unit of Issue: LOT



Unit Price: $______________



CLIN 0006: Infrastructure (See SOO for specific requirements)

Quantity: 1 Unit of Issue: LOT



Unit Price: $______________



TOTAL AMOUNT OF ALL CLINS $ __________________



PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005



LIST OF ATTACHMENTS:

Attachment 1 - FA461324Q1029 Statement of Objective

Attachment 2 - FA461324Q1029 Contractor Response Form

Attachment 3 - FA461324Q1029 Provisions and Clauses

Attachment 4 - FA461324Q1029 Supplemental Clauses





QUESTIONS:

All Questions must be received by Friday, 3 May 2024 at 10:00 AM MST (Mountain Standard Time). Forward responses by email to michelle.crenshaw@us.af.mil and maria_lourdes.bustillo@us.af.mil.



QUOTES:

Quotes MUST be received by email no later than Friday, 10 May 2024 at 10:00 AM MST (Mountain Standard Time). Quotes shall be effective for 60 days after Solicitation. Forward responses/quotes by e-mail to michelle.crenshaw@us.af.mil and maria_lourdes.bustillo@us.af.mil.



Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and will not be considered. If a late quote is received before award is made, only the Contracting Officer could make the determination that accepting the late quote would not unduly delay the acquisition, and it was the only quote received.



**Only the three lowest quotes deemed technically acceptable will be considered for evaluation for award.**



SITE VISIT:

MEASUREMENTS PROVIDED IN THIS SOLICITATION ARE ESTIMATED. IT IS THE CONTRACTOR’S RESPONSIBILITY TO CONFIRM ALL MEASUREMENTS. ATTENDANCE TO THE SITE VISIT IS HIGHLY RECOMMENDED.



A site visit will be held on Tuesday, April 30, 2024, at 10:00 AM MST (Mountain Standard Time). Attendance is highly recommended. If your company plans to attend, please notify this office no later than 10:00 AM MST, Tuesday, April 23, 2024, via email.

FAILURE TO PROVIDE CONFIRMATION OF SITE VISTIT ATTENDANCE WILL RESULT IN BASE ACCESS DENIAL.



SITE VISIT LOCATION:



1.) 5305 Randall Ave, Bldg. 250

FE Warren AFB, WY 82005

2.) 6307 Randall Ave, Bldg. 232

FE Warren AFB 82005



Executive Compensation - FAR 52.204-10



In the preceding fiscal year, did your company received 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), cooperative agreements, and other forms of Federal financial assistance; and did $25,000,000 or more in annual gross revenues come from Federal contracts (and subcontracts), loans, grants (and subgrants), cooperative agreements, and other forms of Federal financial assistance?



Yes _____________



No _____________





OTHER INFORMATION:

Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.



This is a notice that this order is an open market requirement for brand name or equal total small business set-aside to SAM.gov. Only quotes submitted by businesses holding NAICS Code 334210 will be accepted by the Government.



Notice to Offeror. The government reserves the right to cancel this Request for quotes (RFQ), either before or after suspense date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse an offeror for any costs. The contractor shall not request, nor will the Government make, payment for any preliminary measurement, quotes, bids, site visit, time or proposal cost incurred.



Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.



All applicable Provision/Clauses can be found in Attachment 3- FA461323Q1049 Provisions and Clauses. In addition, the following are instructions and evaluation factors specific to this RFQ.



INSTRUCTIONS TO OFFERORS:

Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)



FAR 52.212-1 is hereby tailored as follows:



1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.

2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.

4. The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.

5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

5.1 In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:



5.1.1 Cover page or a completed copy of Attachment 2 – Response Form to include the offeror’s:

5.1.1.1 Company Name and Company Doing Business As (if applicable)

5.1.1.2 Physical Address

5.1.1.3 Cage code and/or Unique Entity ID

5.1.1.4 Point of Contact

5.1.1.5 Phone number

5.1.1.6 Email address

5.1.1.7 Business Type

5.1.1.8 Delivery time with install

5.1.1.9 Statement of Understanding of Attachment 1 - FA461324Q1029 Statement of Objective





5.1.2 Firm Fixed Pricing to include:

5.1.2.1 Price Per Unit

5.1.2.2 Price Per CLIN

5.1.2.3 Total Price

5.1.2.4 Discount Terms (if applicable)

5.1.2.5 Quote Number (if applicable)



5.1.3 Technical Capability

5.1.3.1 Quote must identify the make and model for CLIN 0002 through CLIN 0006.

5.1.3.2 Quote must include product description that reflects the characteristics identified to show that the quality will satisfy the Government’s need.

5.1.3.3 Quote must include the standard commercial warranty as listed in Attachment 1 - FA461324Q1029 Statement of Objective



The contractor shall submit a written technical and price quote before the due date and time stated in the Request for Quotes (RFQ). Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.



(End of Provision)



EVALUATION CRITERIA :

ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)



Paragraph (a) is hereby replaced with the following:



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 other factors considered. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. Award will be made to the offeror with the lowest price technically acceptable (LPTA). The following factor(s) shall be used to evaluate offers:



1. Technical Capability: items meet the Government requirement/specifications in the description. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.



-Must meet JITC certification requirements/specifications IAW Attachment 1- FA461324Q1029 Statement of Objective

-Must meet ALL minimum Contractor Qualifications IAW Attachment 1-FA461324Q1029 Statement of Objective.

-Offeror shall submit ALL deliverables IAW Attachment 1- FA461324Q1029 Statement of Objective.

-Offeror will provide a work plan/schedule describing how the following will be met (IAW) Attachment 1- FA461324Q1029 Statement of Objective.



An offer must be rated “acceptable” in all factors in order to be eligible for award. An “unacceptable” rating in any factor will result in the overall technical quote being rated as “unacceptable” and the quote will be ineligible for award. The Government will utilize the information provided by the offeror in making a technical acceptability determination.



The technical evaluation factors upon which an offeror’s technical quote will be evaluated and the respective standard of acceptability for each of the technical evaluation factors are set forth below. The following adjectival ratings and rating definitions will be used to assign a rating for each technical subfactor:



Acceptable: Meets requirements and indicates an adequate or more than adequate approach and understanding of the requirements.



Unacceptable: Does not meet requirements of the solicitation and contains one or more deficiencies, therefore, ineligible for award.



2. Price:

2.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.

2.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.

2.3 No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.

(End of Provision)


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 12, 2024 11:04 am MDTCombined Synopsis/Solicitation (Original)

Related Document

May 6, 2024[Combined Synopsis/Solicitation (Updated)] Command Post VoIP Switch System

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >