SOLICITATION NOTICE
J -- Reprogramming Hand Held Radios
- Notice Date
- 9/1/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060407T0408
- Response Due
- 9/6/2007
- Archive Date
- 10/6/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-07-T-0408 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and Defense Change Notice 20070828. The NAICS code is 517212 and the business size standard is 1500 employees. This requirement is for a indefinite quantity, indefinite delivery contract for Motorola radio equipment reprogramming services for the period 07 September 2007 ? 06 March 2008. CLIN 0001, Reprogramming services for Motorola handheld radios, 335 each; CLIN 0002, Reprogramming s ervices for Motorola base stations, 15 each; CLIN 0003 Reprogramming services for Motorola Remote, 5 each; CLIN 0004 Reprogramming services for Motorola base stations, 5 each. Each CLIN is to be quoted on a fixed price basis. At time of reprogramming services, contractor shall also perform equipment check, operational check, performance and over the air check, and new/old data archiving. No repairs or repair parts are included in these checks. Handheld radios and mobile radios shall be delivered to the contractor facility by the Government for reprogramming. Reprogramming of base stations and remotes shall be at the Government facility on the island of Oahu. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. This is a 100% small business set-aside. The provision at FAR 52.212-1, Instructions to O fferors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation/Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52. 222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 , Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT/ CCR. In addition, the following are applicable: FAR 52.216-9, Ordering (from 07 Sep 07 through 06 Mar 08); FAR 52.216-19, Order Limitations (less than $50.00, single order in excess of $10,000.00, combination in excess of $20,000 within 3 days, return within 3 days); FAR 52.216-22, Indefinite Quantity (after 30 days after expiration of the contract); and FAR 52.232-19, Availability of Funds for the Next Fiscal Year (after 30 Sep 07). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contract Payments, applies. Quotes must be received by the Contracting Officer no later than 10:00 a.m. HST, 06 September 2007. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 200S.MW), 1942 Gaffney St, Ste 100, Pearl Harbor, Hawaii 96860-4549. Facsimile quotes will be accepted at 808/473-3524. E-mail quotes may be addressed to Mary.Wardwell@navy.mil. Numbered note 1 applies.
- Record
- SN01393375-W 20070903/070901220654 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |