Opportunity: WIRELESS ACCESS POINTS/CONTROLLER

Description 

THIS IS A SMALL BUSINESS SET ASIDE: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. 140A1619R0066 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This acquisition is for a Small Business Set-Aside. NAICS Code: 334118. STATEMENT OF OBJECTIVES Project Title: CISCO Wireless Port Installation to Include Licenses Location: Bureau of Indian Education (BIE) Haskell Indian Nations University Blalock Hall, Roe Cloud Hall, Pocahontas Hall, Winona Hall and Osceola-Keokuk (OK) Hall ¿ 400 Rooms Total Lawrence, Kansas STATEMENT OF OBJECTIVES (SOO) Haskell University Wireless Improvement I. Purpose: The University would like to improve the wireless experience for students on campus, in their residential living units, and replace the wireless controller. The current controller and wireless access points are near end-of-life, no longer serviceable, or out of warranty. Wireless access points would need to be provisioned, installed, and tested in every residential living unit on campus. Equipment, license and services must be CISCO provided. This is a brand-name only justified acquisition. II. Scope or Mission: The purpose of this SOO is to obtain a contractor to address the purchase of CISCO equipment, licenses, and installation of new CISCO controller and access points in five dormitories. Offerors are requested to submit a proposal for equipment and services that will achieve this goal. The university is relying on the industry innovation, contractor expertise, and best practices to provide the desired outcome. III. Location: Haskell Indian Nations University Blalock Hall, Roe Cloud Hall, Pocahontas Hall, Winona Hall and Osceola-Keokuk (OK) Hall (400 Rooms Total) Lawrence, Kansas. IV. Background: Each dormitory was previously equipped with the infrastructure to each and every dorm room that would be required to support these access points. One of the existing ports in each room will be designated for the WAP, and installation can either be surface mounted or ceiling mounted, whichever method is ultimately agreed on by the contractor and the university to ensure adequate coverage, least amount of potential damage, and cost efficiency. V. Performance Objectives: 1. Assess dormitories. 2. Develop a Statement of Work or Performance Work Statement. 3. Set a project timeline. 4. Complete the project. VI. Operating Constraints: The contractor awarded this contract will be held to the SOW, or PWS, they have submitted and this SOO will be precluded by that document. Note: 1. A SOO is a short (2 or 3 page) statement of the Contracting Officer 's objectives, instead of specific task and is included in an RFP instead of a PWS. 2. The RFP instructs each offeror to write a PWS as a part of its proposal. 3. Offerors propose tasks and standards to achieve Contracting Officer's objectives. 4. The successful offeror 's PWS becomes a part of the contract. The SOO is discarded 5. While this technique relieves the Contracting Officer of the task of preparing a PWS, it greatly increases the work of source selection. Each proposed PWS must be carefully considered and its shortcomings and pitfalls identified and evaluated in terms of the buyers objectives. FAR 52.212-02: Evaluation -Commercial Items: (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 other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability as detailed in the Performance Work Statement provided by the contractor Factor II - Management Capability Factor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weigh more than cost or price. (a) 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. M.1 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.2 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives M.3 Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance Factor I - Technical Capability quote for Cisco Wireless Port Installation, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Objectives (SOO). The final product depicting the technical approach should be a completed Statement of Work (SOW) detailing the specific tasks. The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOO as depicted in the contractor provided SOW. b) Understanding of general and local condition which can affect the SOO as depicted in the contractor provided SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOO as depicted in the contractor provided SOW. d) Capability to produce deliverables in response to the SOO as depicted in the contractor provided SOW. Factor II - Management Capabilities for Cisco Wireless Port Installation, in accordance with the Statement of Objectives. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project as depicted in the contractor provided SOW b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path as depicted in the contractor provided SOW Factor III - Past Performance for Cisco Wireless Port Installation, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Complete and submit Appendix I. APPENDIX I: Past Performance Questionnaire 1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what was done fix it? 11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How was the technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Past efforts with the any other agency? 16. The company's strong points? BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. All Contract Clauses and provisions incorporated in this solicitation can be read in full text by visiting the following websites or may be requested from the Contracting Officer: http://farsite.hill.af.mil http://www.arnet.gov/far CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.213, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.250-4) are required to be considered for award. The RFQ is to be submitted to John Fife by email at john.fife@bia.gov. Any further questions regarding this announcement may be directed to John Fife, Contract Specialist, via email. ALL QUESTIONS PERTAINING TO THIS SOLICITATION MUST BE SUBMITTED NO LATER THAN 21 JUNE 2019 AT 1200 EDT All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.

Overview 
Reference number: 140A1619R0066
Issue date: 05/29/2019
Response due: 06/26/2019 04:00 PM US/Eastern

Set Aside: Total Small Business
NAICS: 334118-COMPUTER TERMINAL AND OTHER COMPUTER PERIPHERAL EQUIPMENT MANUFACTURING
PSC / FSC: 7030-INFORMATION TECHNOLOGY SOFTWARE

Agency: DOI

Contracting office:

Bureau of Indian Education (BIE)
Acq Business Support Center
12220 Sunrise Valley Drive
Reston, VA 20191


Place of Performance:

Kansas
Lawrence, KS


Contact: John Fife
Phone:
Fax:
Email: John.Fife@bia.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2024 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect