Michigan Bids > Bid Detail

Installation of White Noise Generator System

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159888538112056
Posted Date: Dec 21, 2023
Due Date: Jan 15, 2024
Source: https://sam.gov/opp/9a95f652e7...
Follow
Installation of White Noise Generator System
Active
Contract Opportunity
Notice ID
PANDTA24P0000000509
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
TACOM CONTRACTING CENTER
Office
W6QK ACC- DTA
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 20, 2023 06:14 pm EST
  • Original Published Date: Dec 19, 2023 10:29 am EST
  • Updated Date Offers Due: Jan 15, 2024 12:00 pm EST
  • Original Date Offers Due: Dec 27, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 19, 2024
  • Original Inactive Date: Dec 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Warren , MI 48092
    USA
Description View Changes

Combined Synopsis and Solicitation



PANDTA-24-P-0000 000509




  1. INTRODUCTION






  1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotations are being requested and only a solicitation on SAM.gov will be issued. The solicitation is being conducted under FAR Parts 12, 13.5, & 19.8 Sole Source 8(a). All responsible sources may submit a quote, which shall be considered.






  1. The combined synopsis and Request for Quotation (RFQ) number is: PANDTA-24-P-0000 000509.






  1. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06, (01 May 2023).






  1. Small Business Set-Aside: Yes, (8a)






  1. Posting Date: 19 December 2023






  1. Response Date: 27 December 2023






  1. Contracting Office: Army Contracting Command - DETROIT ARSENAL (ACC-DTA) 6501 E. Eleven Mile, Warren, MI 48397. Contract Specialist: Daphne Philson, email: daphne.b.philson.civ@army.mil.






  1. The NAICS code applicable to this acquisition is 238210. Offeror must be certified under this NAICS code prior to receiving an award.






  1. All Clauses and provisions of the SAM contract applies to this acquisition.






  1. This Combined Synopsis Solicitation contains clauses and provisions requiring a fill-in or representation. Offeror shall submit a copy of this Combined Synopsis Solicitation with their quote and respond to these clauses and provisions accordingly. A failure to complete these fill-ins may cause your offer to be determined ineligible for award.






  1. Basis for award - The proposed contract action is for supplies for which the Government intends to solicit and negotiate with SAM vendors. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Government will award a contract to the offeror’s proposal based on Order of Importance. Order of Importance is as followed:





Evaluation Criteria: Specification for the Installation of White Noise Generator system, an 8(a) program contractor is more important than experience, experience with installation of a White Noise Generator system is more important than cost, (Specification for Installation of White Noise Generator system: 8(a) program contractor > experience with installation of a White Noise Generator system >Cost).







II. GENERAL REQUIREMENT





A.1 This action is for the Installation of White Noise Generator system via a new Firm Fixed Price (FFP) contract.







PERFORMANCE WORK STATEMENT (PWS)



Installation of White Noise Generator system.



PSC 5810 Communications Security Equipment and Components



NAICS: 238210







1. GENERAL



This is a non-personnel services contract to procure and install a new White Noise Generator system. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.





1.1 Description of Services



The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform procurement and installation as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.





1.2 Background





A White Noise Generator system is a low-level noise generator that masks discussions beyond their point of origin to disrupt listening devices and systems engaging in eavesdropping or otherwise attempting to gather data.





The Solicitation POC is:



Daphne Philson



Phone: 571-588-9418



Email: daphne.b.philson.civ@army.mil





1.3 Objectives



Contractor will provide certified, qualified technicians for the installation of the White Noise Generator system and test system operation to ensure all new equipment functions properly and as intended.





1.4 Scope:





1.4.1 Location: Contractor will provide and install new White Noise Generator system with wiring components and wire routing and connections.





Contractor will provide all materials and qualified Technicians to install One (1) New Sound Masking System for the SIPR and VTC Rooms located at Detroit Arsenal, Warren, MI.





The White Noise Generators will cloak oral communications from passive, inadvertent, and intrusive listening by passersby and concealed devices.





1.5 Testing and Adjustment



At the completion of an installation the Contractor shall test the system to assure it operates as described in technical and sales literature and provide test results with an updated as-built drawing and signed approval documentation to the COR POC and Security Manager.



1.6 Inspection





Upon completion of installation activities, the Government shall have 15 days to inspect and test the equipment and approve installation. If the system is not approved the contractor shall have 7 days to address and correct the problem(s). Subsequently, the Government will have seven days to re-inspect and approve the work. This process will repeat as necessary until the Government approves the installation.





1.7 Documentation





1.7.1 A copy of the manufacturer's cut-sheets, product literature, and warranty information for all components/equipment the Contractor installed, shall be provided to the Government COR. This information may be provided by the contractor, as electronic files in the Adobe Portable Document Format (PDF), to the Government at the time as-built drawings/diagrams, and programming are delivered.





1.8 Meetings





The contractor shall contact the COR and schedule the installation with the COR and provide the names of personnel performing the installation and wiring functions. CDRL A001





1.9 Hours of Operation/Work Hours





Installation hours are 0800 – 1600, Monday through Friday and except holidays. In the event of a shutdown for any reason including weather, furlough, or other emergencies the Government will not be liable for contractors' costs incurred during this period. If a scheduled maintenance appointment is postponed due to a base closure the contractor shall coordinate with the Government POC or COR to reschedule an appropriate time for a follow up maintenance appointment.





Contractor can request an extension of normal work hours past to allow for additional work to be completed during evening hours and/or weekends. Any additional work hour change requests will have to be approved by the COR Forty-Eight hours in advance.





Holidays: The following federal holidays are observed by the Government and are normally closed for business. Holidays falling during a weekend will be observed on the following Monday.





New Year’s Day 1 January



Martin Luther King’s Birthday 3rd Monday in January



Presidents Day 3rd Monday in February



Memorial Day Last Monday in May



Juneteenth 19 June



Fourth of July 4 July



Labor Day 1st Monday in September



Columbus Day 2nd Monday in October



Veterans Day 11 November



Thanksgiving Day 4th Thursday in November



Christmas 25 December







1.10 Warranty





A minimum of one-year warranty shall be provided from the date of acceptance to cover all new Contractor provided equipment and installation related to cabling and physical workmanship.





1.11 System Maintenance





If called upon for maintenance of the White Noise Generator wherein the contractor reports that a component is not functioning properly or if any parts require replacement, the contractor shall provide a list of recommended repairs to include replacement material components, labor, and associated costs to the COR. The COR shall have 15 days to approve revised parts lists, and costs prior to the execution of those recommended changes, after which time a modification may be executed to this task order. Under no circumstance shall the contractor execute work for repairs which are not approved by the COR and funded under this task order for one (1) year after acceptance.





1.12 Deliverables





CDRL A002 – In accordance with DID DI-MISC-80508B, contractor shall submit Progress and Management Reports, Design Drawings, Wiring Schematics and Equipment List, and System Programming as required.



FAR Subpart 52.204-25 applies to this solicitation as noted in FAR 4.2105. Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



FAR Subpart 52.204-27 applies to this solicitation as noted in FAR 4.2203. Prohibition on a ByteDance Covered Application.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTING 6501 EAST 11 MILE ROAD
  • WARREN , MI 48397-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >