Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2003 FBO #0458
SOLICITATION NOTICE

J -- Repair & Service of Motorola Radios & Consolettes

Notice Date
3/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-03-T0020
 
Response Due
3/14/2003
 
Archive Date
3/29/2003
 
Point of Contact
Dana Jones, Contract Specialist, Phone (301)981-1931, Fax (301)981-1910, - Gerome Jordan, Contract Officer, Phone 3019812304, Fax 3019811911,
 
E-Mail Address
Dana.Jones@andrews.af.mil, Gerome.Jordan@Andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice and subpart 13.3, Simplified Acquisition Methods. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. No FA4416-03-T-0020 is issued as a request for quotation (RFQ). 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and DFC 20030214. 3. This is a 100% Small Business Set-Aside. Number Note 1 is applicable. The NAIC code is 811211 and the size standard is $6.0 million. 4. This solicitation contains one line item as follows: CLIN 0001 Non-Personal Services. Description of Services: The contractor shall provide all parts, labor, personnel, tools, parts, equipment, plant and transportation to repair and service Motorola radios and consolettes in accordance with Motorola specifications and standards. Bid Schedule: Average Repair Time_____Unit of Issue (Hours) x Hourly repair rate $____ = extended amount $_________). The offeror’s proposed price is determined by multiplying the average repair time per radio and consolette by the hourly repair rate for radios and consolettes to confirm the extended amount. FOB Destination. Pickup and Delivery: The contractor is responsible for picking up and returning all radios to the 89th Communication Squadron/SCML, 1539 Alabama Ave Rm 8, Andrews AFB, MD 20762-6500. The contractor is also responsible for all shipping cost. The Government prefers that the contractor physically pickup and return the radios to and Andrews AFB MD 20762-6500. Location: The Government prefers that the contractor repair location be within a 60-mile radius of Andrews AFB MD 20762-6500. Response Time: The contractor is required to pickup radios weekly and return the repair radios within 14 calendar days. The contractor must notify the government via e-mail if the repair time will exceed 14 calendar days. Government-Furnished Property: Motorola MTS-2000 models I, II, and III with encryption Motorola XTS-3000 models I, II and III with encryption, Motorola Astro Spectra mobiles w/ W5 faceplate, Motorola Spectra consolettes both with and without faceplates, approximately 125 radios and approximately 5 consolettes. Period of Performance: Date of Award through 30 Sep 03. 5. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. Payment method is the Government Purchase Card (GPC). 6. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a Not-To-Exceed Purchase Order resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) Pickup and delivery; (b) Location and (c) Price. Pickup and delivery when combined with location are significantly more important than price. The contractor must stipulate its delivery terms and repair location address, to include the zip code, in its written proposals. 7. The Government will review all offers for completeness. Initially the Government will rank complete offers by price. The lowest priced three to five (3 to 5) offers will receive a technical evaluation against the non-priced factors (pickup and delivery and location). The non-priced evaluation factors will receive an assigned rating of exceptional, very good, satisfactory, marginal, or unsatisfactory. The contractor must submit a written offer, which addresses his/her pickup and delivery terms, and identify his repair location. Offerors that will pick up and deliver the repaired radios and whose repair location is within a 60-mile radius of Andrews AFB MD 20762-6500 will receive the most favorable rating. 8. The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.212-3, Government Furnished Property, FAR 52.212-5, and Notice to Supplier, 52.245-4. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders—Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.222-41, Service Contract Act of 1965, as amended; 52-222-42, Statement of Equivalent Rates for Federal Hires is applicable with addendum: This Statement is for Information Only: It is not a Wage Determination: Employee Class GS-5 Monetary Wage—Fringe Benefits $11.23. 9. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. DFAR 525.232-7009, Mandatory Payment by Government Commercial Purchase Card. 10. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. Service Contract Act Wage Determination Number 1994-2103 Revision 28, 10/04/2002 is incorporated into this solicitation and any resultant contract. 11. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) written proposal – limited to 1 page; (b) bid schedule, (c) completed representations and certifications. 12. Contact Lt Jones at 301-981-1931 or dana.jones@andrews.af.mil or MSgt Jordan at 301-981-2304 or email gerome.jordan@andrews.af.mil. Quotations must be received no later than 4:00pm EST, 14 March 2003. Proposals should be mailed to: 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: MSgt Jordan). Facsimile proposals will be accepted at 301-981-1911 or 1910.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/89CONS/FA4416-03-T0020/listing.html)
 
Place of Performance
Address: 89 CONTRACTING SQUADRON 1419 MENOHER DRIVE ANDREWS AFB MD
Zip Code: 20762
Country: USA
 
Record
SN00269516-F 20030305/030303220846 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.