Combined Synopsis/Solicitation
HANWHA SMG WAVE-PRO 48 Channel Software
W9124J-22-R-VSMU
1. This is a combined synopsis/solicitation for brand name 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; proposals are being requested and a written solicitation will not be issued.
2. The combined synopsis/solicitation number is W9124J-22-R-VMSU. This solicitation is issued as a Request for Quote (RFQ).
3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 5/26/2022. Please reference www.acquisition.gov for clauses and provisions incorporated by reference.
4. This requirement will be solicited as a small business set aside and will be fulfilled in accordance with FAR Parts 12 and 13. The North American Industry Classification System (NAICS) code is: 511210 – Software Publishers with a corresponding Small
Business Size Standard of $41.5 million.
5. A list of contract line item numbers and items are included in Attachment 02 CLIN Schedule.
- a. NOTICE TO OFFERORS: Offerors shall complete the CLIN Schedule located in Attachment 02 herein of the Combined Synopsis/Solicitation.
- b. Offerors shall include unit prices and extensions for all CLINs. Unit prices shall be rounded to the whole dollar amount.
- c. Offerors shall include EUI (Unique Entity ID SAM Number), CAGE, and Federal Tax Identification Numbers. In addition, Offerors shall include email addresses and phone number for point of contact.
6. The Mission and Installation Contracting Command Center, at Fort Sam Houston, TX, has a requirement for the U.S. Army Medical Center of Excellence at Fort Sam Houston, TX to requires certified security system integration vendor to provide the
required and necessary video management system upgrade to ensure the video storage and archival requirements continue to be met as required and necessary to support all implemented physical security, force protection, and crime prevention measures. The requirement is for brand name software licenses, HANWHA Server Management Group (SMG) Wavepro software maintenance licenses.
7. The delivery of products shall be within forty-five days from award of contract.
a. Place of delivery and acceptance: Place of delivery for all CLINs is:
U.S. Army Medical Center of Excellence
3630 Stanley Road, JBSA
San Antonio TX 78234
DoDAAC: W45MW2
b. Services will be inspected and accepted at destination and inspected and
accepted by the Government.
8. The provision at FAR 2.212-1, Instructions to Offerors – Commercial, applies to this acquisition.
9. The provision at 52.212-2 Evaluation – Commercial Items, applies to this acquisition. Reference the Full Text provision at 52.212-2 Evaluation – Commercial Items for instructions (See Attachment 03 Clauses and Provisions).
10. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition..
11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items, applies to this acquisition (See Attachment 03 Clauses and Provisions).
12. Additional contract requirements or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices can be found in Attachment 03, Clauses and Provisions.
13. Proposals are due 1:00PM CDT on 25 August 2022.
14. All proposals shall be submitted electronically via email to the attention of both the following:
- Contract Specialist: Joseph Schwener, e-mail: joseph.g.schwener.civ@army.mil
- Contracting Officer: Sylvia Farmer, e-mail: sylvia.farmer.civ@army.mil