Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

70 -- PURCHASE, INSTALLATION, AND WARRANTY COVERAGE OF LAND MOBILE RADIO EQUIPMENT

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
FUATCC32380300
 
Response Due
9/9/2003
 
Archive Date
9/10/2003
 
Point of Contact
Lawrence Henderson, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759, - Linda Johnson, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759,
 
E-Mail Address
lawrence.henderson@randolph.af.mil, linda.johnson@randolph.af.mil
 
Description
The 12th Contracting Squadron at Randolph AFB intends to award on a sole source basis in accordance with FAR Part 6.302. Award will be made on a sole source basis to Motorola, Hanover MD, under the Simplified Acquisition Procedures. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Solicitation Number FUATCC32380300 is issued as a request for quotation. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 01-12. The SIC Code is 3663, size standard is 750 employees and the NAICS code is 334220. The contract is for the purchase and installation of miscellaneous Motorola Narrow Band Width Trunked Land Mobile Radio System Equipment, and Warranty/Maintenance Coverage for two years from the time of installation, 24 hours, 7 days a week coverage in support of each AETC Base Communication Services mission. This system will be used to provide portable communication services. Each AETC Base is responsible for ensuring interface with existing Federal Trunked Radio System installed at Randolph AFB TX, Tyndall AFB FL, and Kirtland AFB NM. The contractor shall provide the equipment and installation services required for integration. Award is anticipated on 9 Sep 03. Interested persons may express their interest and capability to respond to the requirement by submitting a response within (5) calendar days after date of publication of this notice of intent. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsitehill.af.mil FAR, 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision are as follows: (1) Price, and (2) Past Performance. Factor Two (2) has a greater weight than Factor One (1). Offerors shall submit the following: price, and past performance. The resultant single award shall be placed with the offeror that represents the best value to the Government. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 252.225-7020, Trade Agreements Certificate, 52.219-1, Small Business Program Representations; 52.219-1 Alternate I, Small Business Program Representation, which can be found at http://www.arnet.gov/far ; and 52.212-4, Contract Terms and Conditions- Commercial Items is applicable. Paragraph ( c ) of this clause is tailored as follows: ( c ) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: Administrative changes such as paying office, appropriation data, etc. 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.219-4, Notice of Price evaluation Preference for HubZone Small Business Concerns. 52.219-8, Utilization of Small Business Concerns. 52.219-14, Limitations on Subcontracting. 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration; 52.222-48, Exception from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification. 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252.204-7004, Required Central Contractor Registration and DFAR 252-212-7001, Contract Terms and Conditions required to implement statues or Executive Orders applicable to Defense Acquisition of Commercial Items. 252.225-7002, Qualifying Country Sources as Subcontractors, 252.225-7021, Trade Agreements. 252-225-7037, Duty-Free Entry-Eligible End Products. A firm-fixed price award will be made to the responsible offeror submitting the proposal that provides the best value to the Government. Interested parties capable of providing the above must submit a written proposal to include discount terms, site locations, past performance information, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr.gov. Award will be made using Simplified Acquisition Procedures, therefore, the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit an offer, which, if timely received, will be considered by this agency. Offerors are due not later then 9:00 A. M., Central Standard Time, 9 Sep 2003 and should reference the solicitation listed above. Offerors must include with their response a completed copy of the provisions at 52.212-3, Offerors Representations and Certifications-Commercial Items. 252.225-7020, Trade Agreements Certificate; 252.212-7000, Offeror Representations and Certifications-Commercial Items; FAR 52.219-1, Small Business Program Representations, and 52.219-1 Alternate I, Small Business Program Representation. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any award. Offeror must provide cage code and ensure that they are CCR registered and can register by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Past performance information shall include a list of five (5) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last three years. Furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, address, FAX number, and telephone number of the Contracting Officer, (8) Comments regarding any known performance deemed not acceptable by a customer. Responses, including past performance information, must be forwarded to the attention of Lawrence D. Henderson, via e-mail to lawrence.henderson@randolph.af.mil or fax (210) 652-2759 not later than 9:00 A. M. (CST) 9 Sep 2003. REQUIREMENT QTY NOMENCLATURE DESCRIPTION 22 L3208 DIGITAL JUNCTION BOX - MCS2000 & AS 22 ZA00225AA ADD: CABLE, JUNCTION BOX, ASTRO CON 7 L3208 DIGITAL JUNCTION BOX - MCS2000 & AS 7 ZA00225AA ADD: CABLE, JUNCTION BOX, ASTRO CON 5 L3223 MC3000 DIGITAL DESKET 5 G24 ENH: TWO (2) YEAR EXPRESS SERVICE P 5 L3208 DIGITAL JUNCTION BOX - MCS2000 & AS 5 ZA00225AA ADD: CABLE, JUNCTION BOX, ASTRO CON 12 L3223 MC3000 DIGITAL DESKET 12 DDN6342 MC2000/MC3000 110/220V AC POWER SU 6 Q58 ENH: TWO (2) YEAR ENCRYPTED EXPRESS 22 L3223 MC3000 DIGITAL DESKET
 
Place of Performance
Address: Randolph AFB TX
Zip Code: 78150
Country: USA
 
Record
SN00423637-W 20030905/030903213337 (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.