SFG GPS Tracking System

expired opportunity(Expired)
From: Federal Government(Federal)
FA4613

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 04 Apr, 2024 (22 days ago)

Due Date

04 Apr, 2024 (22 days ago)
Bid Notification

Type

Bid Notification
FA4613

Identifier

FA4613
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEPT OF THE AIR FORCE (60448)AIR FORCE GLOBAL STRIKE COMMAND (252)FA4613 90 CONS PK (523)
[object Object]

SetAside

WOSB(SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 1 27 March 2024Updated FA461324Q1022 SFG GPS Tracking System COMBOUpdated from “Federal Acquisition Regulation (FAR) 2023-06 effective 02 Dec 2023” to “the Federal Acquisition Regulation (FAR) 2024-03 effective 23 February 2024”Updated from “Defense Federal Acquisition Regulation Supplement (DFARS) effective 22 Dec 2023” to “Defense Federal Acquisition Regulation Supplement (DFARS) effective 15 February 2024”Updated Delivery date from 60 Days to 120 DaysUpdated quotes due date updated from “Friday 29 March 2024 at 4:00 pm (Mountain Daylight Time” to “Thursday 4 April 2024 at 10:00 am (Mountain Daylight Time)Update Attachment 1 – Performance Work StatementUpdated Date from 15 March 2024 to 27 March 2024Updated 1.2. Deliverables Table from “Within 60 calendar days after contract award date” to “Within 120 calendar days after contract award date”Add Attachment 5 – Question & Answers Government ResponseCombined Synopsis/Solicitation Solicitation Number: FA461324Q1022Purchase
Description: SFG GPS Tracking SystemThis 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, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Woman Owned Small Business Set Aside.The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1022, 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 541511, with a small business standard of $34M.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) 2023-03 effective 23 Feb 2024, Defense Federal Acquisition Regulation Supplement (DFARS) effective 15 Feb 2024 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023.DESCRIPTION OF ITEMS/SERVICE: All CLINs F.O.B. Destination.The contractor must be able to provide a “Plug and Play” system compatible with the Motorola 8000 and 8500 series radios. The system must be able to provide continuous monitoring capabilities of all equipped 90th Security Forces Group vehicles moving in and about Francis E. Warren Air Force Base and the Missile Complex under the 90th Missile Wing’s control. The system must be able to be monitored remotely from multiple communication nodes to include the mobile leadership elements via desktop, laptop, smartphone, etc. The contractor must be able to provide the ability to equip both mobile and mounted radios with the requested capability of speed monitoring and real-time location tracking. The contractor shall provide all items IAW CLIN Characteristics specified in Attachment 1 – Performance Work Statement.CLIN STRUCTURE:Shipping cost must be included in the line-item cost.CLIN 0001: Server Software-Needs to be compatible to operate on the network (NIPR/ELMR). Specific requirements must be met otherwise it will violate the ATO/ATC for applicable network.Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________CLIN 0002: Windows Server InterfaceQuantity: 1 Unit of Issue: EachUnit Price: $_____________ Extended Price (Quantity X Unit Price): $________________CLIN 0003: Software Viewing Licensing for Tablets and DesktopsQuantity: 20 Unit of Issue: EachUnit Price: $_____________ Extended Price (Quantity X Unit Price): $________________CLIN 0004: Software Licensing Compatible for running up to Qty 250 Motorola Radio Assets (Model APX8000 and APX8500)Quantity: 250 Unit of Issue: EachUnit Price: $_____________ Extended Price (Quantity X Unit Price): $________________CLIN 0005: Mapping ServicesQuantity: 1 Unit of Issue: EachUnit Price: $_____________ Extended Price (Quantity X Unit Price): $________________CLIN 0006: Onsite Integration and User Training (3 Days Minimum Preferred to train the number of licenses to include executive and user level accounts for both monitoring the system, as well as day to day use)Quantity: 3 Unit of Issue: EachUnit Price: $_____________ Extended Price (Quantity X Unit Price): $________________CLIN 0007: Remote Integration (Not to Exceed 80 Integration Trouble Shooting Calls Per Year)Quantity: 80 Unit of Issue: EachUnit Price: $_____________ Extended Price (Quantity X Unit Price): $________________CLIN 0008: Software Maintenance (2+ Years Preferred)Quantity: 1 Unit of Issue: EachUnit Price: $_____________ Extended Price (Quantity X Unit Price): $________________LIST OF ATTACHMENTS:Attachment 1 – Performance Work StatementAttachment 2 – Contractor Response FormAttachment 3 – Clauses and ProvisionsAttachment 4 – Supplemental ClausesAttachment 5- Question and Answers- Government Response PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005DELIVERY DATE(S): Delivery and work complete 120 days after effective date of the contract.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.QUESTIONS: Questions shall be received no later than Friday 22 March 2024 at 4:00 pm (Mountain Daylight Time). Forward responses by e-mail to kyra.blystone@us.af.mil and lisa.obenchain@us.af.mil.QUOTES:Responses/quotes MUST be received no later than Thursday 04 April 2024 at 10:00 am (Mountain Daylight Time). Forward responses by e-mail to kyra.blystone@us.af.mil and lisa.obenchain@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.**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.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.Site Visit: A site visit will not be held for this requirement.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 – Contractor 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 Address5.1.1.3 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 install5.1.1.9 Statement of Understanding of the Performance Work Statement5.1.2 Firm Fixed Pricing to include:5.1.2.1 Price Per Unit5.1.2.2 Price Per CLIN5.1.2.3 Total Price5.1.2.4 Discount Terms (if applicable)5.1.2.5 Quote Number (if applicable) 5.1.3 Technical Capability5.1.3.1 Quote must identify the make and model for each line item. 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 for each line item.EVALUATION: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.-Plug and Play Capability compatible with Motorola 8000 and 8500 series radios IAW PWS 1.1-Real Time Tracking/Geofencing Capability IAW PWS 1.1-Must have ATO/ATC in order to pass 1067 approval IAW PWS 1.1.1-Must be able to provide 120 software licenses IAW PWS 1.1.1-Software capability for Server IAW PWS 1.1.1-Must be able to provide all Deliverables IAW PWS 1.2-Customer controlled data access IAW PWS 2.1-Provide on-site training of equipment IAW PWS 2.1.1-Contractor Warranty IAW PWS 4.10.12. 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)

Location

Place Of Performance : N/A

Country : United StatesState : WyomingCity : Cheyenne

Office Address : ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208 FE WARREN AFB , WY 82005-2860 USA

Country : United StatesState : WyomingCity : Warren Air Force Base

You may also like

Applicant Tracking System

Due: 31 Oct, 2024 (in 6 months)Agency: University of Wisconsin-Madison

Applicant Tracking System

Due: 31 Oct, 2024 (in 6 months)Agency: University Of Wisconsin

GPS Tracking

Due: 03 Jul, 2024 (in 2 months)Agency: North Dakota Transportation

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541511Custom Computer Programming Services
pscCode 7A21IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)