Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
MODIFICATION

58 -- RECOVERY - Motorola Rapid Response Wireless Kits/Systems

Notice Date
8/28/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
OAQ / MS, STOP 5750, WASHINGTON, DC 20536
 
ZIP Code
20536
 
Solicitation Number
HSCEMS-09-Q-00048
 
Response Due
8/31/2009
 
Archive Date
2/27/2010
 
Point of Contact
Name: AJ LEE, Title: CONTRACT SPECIALIST, Phone: 202-732-2772, Fax:
 
E-Mail Address
aj.lee@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSCEMS-09-Q-00048 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-31 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Largo, MD 20774 The DHS Immigration and Customs Enforcement requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, **(XTS5000 PORTABLE- Motorola System)**PORTABLE ASTRO DIGITAL XTS5000 136-174 MODEL I Model # H18KEC9PW5 (ITEMS 1-40 ARE EXACT MATCH), 5, EA; LI 002, ENH: ASTRO DIGITAL CAI OPERATION Model # Q806, 5, EA; LI 003, ADD: SMARTZONE SYSTEM SOFTWARE Model # H38, 5, EA; LI 004, ENH: PROJECT 25 9600 BAUD TRUNKING SOFTWARE Model # Q361, 5, EA; LI 005, ENH: ENHANCED DIGITAL ID Model # H14, 5, EA; LI 006, ALT: HELICAL ANTENNA VHF 162-174 MHZ Model # H65, 5, EA; LI 007, ADD: ENCRYPTION UCM HARDWARE Model # Q159, 5, EA; LI 008, ADD: AES/DES-XL/DES-OFB ENCRYPTION Model # Q15, 5, EA; LI 009, ADD: P25 AND MDC OTAR / MULTIKEY Model # Q498, 5, EA; LI 010, ALT: SUBMERSIBLE Model # H499, 5, EA; LI 011, ALT: HOUSING YELLOW Model # H64, 5, EA; LI 012, ALT: BATTERY IMPRES NIMH FM RUGGED Model # Q393RUGD, 5, EA; LI 013, ADD: RF ADAPTER SWITCH & WRENCH TOOL Model # Q44ADSP, 5, EA; LI 014, ENH: RS232 PACKET DATA INTERFACE Model # Q947, 5, EA; LI 015, ADD: VOTE SCAN Model # Q387, 5, EA; LI 016, ENH: PROGRAMMING OVER P25 Model # G996, 5, EA; LI 017, BATTERY 1800 MAH FM RUGG NIMH Model # NNTN4437, 5, EA; LI 018, REMOTE SPEAKER MIC (replaced by PMMN4051A) Model # NMN6193, 5, EA; LI 019, SMART CHARGER, SINGLE UNIT, 110V, REPLACED BY WPLN4111AR Model # NTN1873, 5, EA; LI 020, EARPC XTRA LOUD W/MIC & PTT BLK Model # BDN6669, 5, EA; LI 021, KEYLOAD ADAPTER Model # NTN8613, 5, EA; LI 022, SPEAKER MIC 2 PC - SURVEILLANCE Model # ZMN6038, 5, EA; LI 023, **(PDR3500- Motorola System)**PDR3500 SUITCASE REPEATER / BASE STATION, 150-174MHZ Model # P2067, 5, EA; LI 024, ENH: CONVENTIONAL ASTRO DIGITAL CAI (IMBE) OPERATION Model # Q806, 5, EA; LI 025, ADD: REPEATER OPERATION Model # Q501, 5, EA; LI 026, ADD: WIRELINE REMOTE (WITH DIAL UP SENSELINE) Model # Q506, 5, EA; LI 027, ADD: V.24 WIRELINE INTERFACE Model # Q505, 5, EA; LI 028, ADD: DUPLEXER FOR PDR3500 Model # Q245, 5, EA; LI 029, PDR3500 HOUSING, TALLER LID Model # H325AJSP, 5, EA; LI 030, ADD: CASE, TRANSIT (TALLER THAN STD) Model # H338ADSP, 5, EA; LI 031, CIGARETTE LIGHTER DC ADAPTER, FUSED Model # NKN6548, 5, EA; LI 032, 3266 V.34 SDC UI K21 LL and Dial Model # DQTEL42790, 5, EA; LI 033, SURGE SUPPRESOR Model # DSTDSL45, 5, EA; LI 034, MODEM ADAPTER Model # 5882653X15, 5, EA; LI 035, 2ND 1/4 WAVE ANTENNA Model # PAN6003A, 5, EA; LI 036, TL LOOP CURRENT REGULATOR Model # DQTEL3260LCR, 5, EA; LI 037, COAX CABLE DUPLEXER TO RX PORT Model # 3085786C01, 5, EA; LI 038, COAX CABLE DUPLEXER TO TX PORT Model # 3085786C02, 5, EA; LI 039, SCH MCH 10-32X3/8 PHL PAN SST Model # 0307644M12, 5, EA; LI 040, SCREW 8-32 X.250 Model # 0385865C01, 5, EA; LI 041, ACU-M Bundle **(ACU-M Interoperability Unit with Bundle Kit)**Includes VoIP / Network-enables ACU-M, 4 interface cables, transportable case with battery and a charger, 110/220V power supply and AC/DC power cords (ITEMS 41-48 ARE BRAND NAME OR EQUAL- SELLERS MUST DOCUMENT ITEM PART NUMBER, DESCRIPTION AND MANUFACTURER), 5, EA; LI 042, ACU-M INTERFACE CABLE FOR MOTOROLA ASTRO SABER PORTABLE RADIOS, 5, EA; LI 043, ACU-M INTERFACE CABLE FOR MOTOROLA XTS-5000 VHF/UHF/800 MHz PORTABLE RADIOS, 5, EA; LI 044, ACU-M INTERFACE CABLE FOR ICOM F80 PORTABLE RADIOS, 5, EA; LI 045, ACU-M INTERFACE CABLE FOR CODAN MOBILE NGT HF RADIOS, 5, EA; LI 046, ACU-M INTERFACE CABLES FOR MSAT MOBILE G2 SATELLITE RADIOS, 5, EA; LI 047, ACU-M INTERFACE CABLE FOR BENDIX/KING PORTABLE DPH DIGITAL RADIOS, 5, EA; LI 048, ACU-M INTERFACE CABLE FOR EF JOHNSON 5100 VHF/UHF/800 MHz Ascend PORTABLE RADIOS, 5, EA; For this solicitation, DHS Immigration and Customs Enforcement intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Immigration and Customs Enforcement is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 120 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 120 - required to make delivery after it receives a purchase order from the buyer. Partial Shipments will be accepted as stated below: ***Completed preassembled kits will be accepted as a partial shipment, i.e. 5 of 5; all wire cables (spares) will accepted as a partial shipment*** The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, Alternate II (May 2009), paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34:(d): and, (e)52.203-13, 52.203-15, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-39, 52.222-41, 52.222-50, 52.222-51, 52.222-53, 52.222-54, 52.226-6,52.247-64. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Seller must hold active, approved, Motorola basic order agreement (BOA) in their federal reseller program for this Buy. Please respond in accordance with the attached Combined Synopsis & Solicitation. a) The Government will award a Firm-Fixed delivery order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: DeliveryPast PerformanceE-Verify [See Attachment B] Delivery and past performance, when combined, are more significant when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The selected Offeror must comply with the following terms and conditions, which are incorporated herein by reference: FAR 52.203-15, 52.211-6 (CLINS 1-40)HSAR 3052.209-70, 3052.247-72 See attachment B ICE issued a justification for the use of the statutory authority under FAR Subpart 6.3 and is justified by the following facts and rationale required under FAR 6.302-1 (c) [application for brand name descriptions (items 1-40)].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/HSCEMS-09-Q-00048/listing.html)
 
Place of Performance
Address: Largo, MD 20774
Zip Code: 20774
 
Record
SN01932507-W 20090830/090829010749-5b09b2f13cb550fbdc0b171cbc4bade7 (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 |
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.