SOLICITATION NOTICE
59 -- Mobile Radio
- Notice Date
- 12/3/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423620
— Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
- ZIP Code
- 98430-5170
- Solicitation Number
- W80Y0J81975001
- Response Due
- 12/10/2008
- Archive Date
- 2/8/2009
- Point of Contact
- Arlena Proctor, 253-512-8313<br />
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W80Y0J81975001 is issued as a Request for Quote (RFQ). This request for Quote is due by December 10, 2008 @ 12:00 PM (Pacific Time). The RFQ will result in a firm fixed price contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is423620. CLIN 0001: Mobile Radio Motorola XTS5000 Model III with 3500 mah long life battery. 24ea. $______________. CLIN 0002: Charger, 6 station. 4ea. $_______________. CLIN 0003: Spare Batteries 3500 mah (mill amp hours) 24ea. $______________. CLIN 0004: Integrated MIC with body ptt (push to talk). 10ea. $_______________. CLIN 0005: Carry Case, High Activity with 3in belt loops. 24ea. $________________. RADIOS SHALL: 1.Have Digital compact / portable (handheld) capable radios, compatible with Motorola XTS 3000 / 5000 radios currently issued to the 10CST / CERF (both Army & Air elements) and allow permanent and semi-permanent vehicular mounting. 2.Be capable of using Motorola accessories in order to maximize physical interoperability of radios and accessories across all units issued communications packages for Domestic Response Operations. 3.Be Capable of ASTRO 25 Digital Trunking, ASTRO Analog and Digital Trunking, and Analog and Digital Conventional with integrated voice and data. 4.Provide multiple frequency band solutions for system optimization in congested urban areas or wider country regions. Able to operate on VHF, UHF, 700mhz (to talk to local responders on older emergency response networks and also operate on the federally mandated 800mhz band in order to provide interoperability with one radio for all Federal and State emergency responders within FEMA Region X (WA / OR / ID Police & State Patrol, FEMA, Local Police, Fire and Emergency Response Operators, etc). Radios shall provide coverage for at least the following minimum frequencies 700/800 MHz: 764-870MHz; VHF: 136-174 MHz; UHF Range 1: 380-470 MHz; UHF Range 2: 450-520 MHz. 5.Provide maximum power output (3W700/800MHz, 6WVHF, 15WUHF, 25WUHF) for Emergency Responders with an 8-12 hour operational time period of heavy use. 6.Be Capable of text messaging 7.Have a Public Safety Emergency or Tilt Switch, An external emergency switch that is activated when the unit is tilted at a greater than 60 degree angle. The emergency feature must be programmed in radio to enable the tilt position. 8.Have the Ability to digitally repeat (digipeat) through any vehicle if they're equipped with the vehicle repeater system or VRS. 9.Be Capable of encoded / secure mode to prevent scanner or other listening acces, and reduces other audible noise interference via hardware and software encryption (including DES-XL, Advanced Digital Privacy (ADP), DES, DVI-XL, DES-OFB, AES, DVP-XL) 10. Be Capable of keeping emergency calls viable, even when unit is switched off. Complies with APCO P25 standards for interoperable voice signaling. 11.Allow emergency communication without depressing the PTT button. 12.In exceptionally noisy environments (accidents scenes for example), deliver a clear signal via noise reduction software & audio gain. 13.Use a prerecorded voice file to describe channels or talk groups as the user navigates. 14.Allow subscriber to access and update radio configuration over the air via POP25 access (Over-The-Air-Rekey and Over-The-Air-Programming; OTAR / OTAP) 15.Meet military specs 810 C, 810 D, 810 E and 810 F, for resistance to shocks and extreme weather, and submersible without damage. 16.Allow users to customize with manufacturer software compatible with Emergency Response Operations. 17.Be Capable of further enhancements such as Wireless Application Protocol (WAP) for database management applications, Alphanumeric Text Service, and External IP data via a high speed USB or RS232 port. IP IP54, IP67 compatible. 18.Have 100 or more channel capable. 19. Be Motorola digital XTS000 series radio or equal. The offeror must be registered on the Central Contractors Registration database (CCR). Information concerning CCR registration may be viewed via internet at http://www.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Will vendor take payment by credit card? Yes_____, No_____. Offerors proposals shall be valid for a minimum of 60 days to be acknowledged in the Offerors proposals. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offered. All FAR clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: provision 52.211-6, Brand name or Equal (Aug 1999) FAR 52.204-7 Central Contractor Registration ( April 2008), FAR 52.212-3 Evaluation-Commercial Items (Jan 1999); FAR clause 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items (Apr 2007); FAR clause 52.212-4, Contract Terms and conditions-Commercial items (Oct 2003); FAR clause 52.212-5 (Dev), Contract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items ( June 08 ) 52.252-2 Clauses Incorporated by Reference ( Feb 1998) (http://farsite.hill.af.mil), FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984), DFARS 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate (Oct 2006), DFARS 252.204-7004 Alternate A, Required Central Contract Registration (Sept 2007), DFARS 252.212-7001 (DEV) Contract Terms and Conditions to Implement Statutes (Mar 2008), DFARS 252.232-7003 Electronic Submission of Payment Request (Mar 2008). Point of contact: Arlena Proctor (253)-512-8313, all Quotations can be emailed to arlena.proctor@us.army.mil or faxed at (253)-512-8009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8b7b1b84335b1c09d1c2398a2fba8dad&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Washington Building 32, Camp Murray Tacoma WA<br />
- Zip Code: 98430-5170<br />
- Zip Code: 98430-5170<br />
- Record
- SN01712768-W 20081205/081203220149-8b7b1b84335b1c09d1c2398a2fba8dad (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 |