Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
MODIFICATION

58 -- Land Mobile Radio (LMR) Tech Refresh - Amendment 1

Notice Date
9/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-09-R-0057
 
Archive Date
9/11/2009
 
Point of Contact
Jo A. Hagee, Phone: 2106526388, Deborah E Aguirre, Phone: 210-652-7749
 
E-Mail Address
jodie.hagee@randolph.af.mil, debbie.aguirre@randolph.af.mil
(jodie.hagee@randolph.af.mil, debbie.aguirre@randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA3002-09-R-0057; Summary of Solicitation Revisions - LMR Tech Refresh IDIQ FA3002-09-R-0057; Revised SON - LMR Tech Refresh IDIQ FA3002-09-R-0057; Revised Ordering Procedures - LMR Tech Refresh IDIQ FA3002-09-R-0057; Revised CLIN Schedule - LMR Tech Refresh IDIQ FA3002-09-R-0057; REDACTED J&A - LMR Tech Refresh IDIQ 1. This is a revised 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 (the full list of revisions is found in the attachment titled "FA3002-09-R-0057; Summary of Solicitation Revisions"). This announcement constitutes the only solicitation; proposals are being requested and written solicitations will not be issued. 2. This solicitation is being issued as a Request for Proposal (RFP). The solicitation number is FA3002-09-R-0057. 3. The solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-36, Effective date 10 Sep 2009. 4. This acquisition is set-aside for small business. The associated NAICS is 334220; the associated small business size standard is 750 employees (however, resellers, see Federal Acquisition Regulation (FAR) clause 52.219-1(a)(3)). Resellers capable of providing the items (see CLIN Schedule, below) under this NAICS are invited to submit their proposal. The non-manufacturer rule does not apply because there is a Class Waiver for NAICS 334220 - Radios. 5. A Justification and Approval for Other Than Full and Open Competition is associated with this solicitation (see attachment titled "FA3002-09-R-0057, REDACTED J&A-LMR Tech Refresh IDIQ"). 6. The Air Force Communications Agency (AFCA), National Security Agency (NSA) and the Cryptologic Systems Group (CPSG) approved use of Advanced Encryption Standard (AES) for specific LMR subscriber radios manufactured by EF Johnson, M/A-COM (aka TYCO, now known as Harris Corp.) and Motorola to protect national security information. Line items in this solicitation include such items. a. Contract Line Item Numbers (CLINs) Schedule (items, quantities, unit of measure are) as follows (also adding the CLIN schedule as an attachment titled "FA3002-09-R-0057; Revised CLIN Schedule-LMR Tech Refresh IDIQ"): CLIN Description Best Est. Qty Unit of Measure Proposed Unit Price CLIN0001 Motorola XTS5000 Model III, HANDHELD, PORTABLE (LMR) RADIO VHF/UHF, 1000 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud w/full digital display, navigation keys and full alphanumeric keypad, Frequency Band: VHF 136-174 MHZ, UHF 380-470 MHZ, w/Battery and Antenna. BRAND NAME OR EQUAL 600 EA CLIN0002 Motorola XTS5000 Model II, HANDHELD, PORTABLE (LMR) RADIO VHF/UHF, 1000 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud. w/digital display and navigation keys, Frequency Band: VHF 136-174 MHZ, UHF 380-470 MHZ, w/Battery and Antenna. BRAND NAME OR EQUAL 300 EA CLIN0003 Motorola XTS5000 Model I, HANDHELD, PORTABLE (LMR) RADIO VHF/UHF, 48 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud, Frequency Band: VHF 136-174 MHZ, UHF 380-470 MHZ, w/Battery and Antenna. BRAND NAME OR EQUAL 2250 EA CLIN0004 EF Johnson 5100ES Model III, HANDHELD, PORTABLE (LMR) RADIO VHF/UHF, 864 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud w/full digital display, navigation keys and full alphanumeric keypad, Frequency Bands VHF 136-174 MHZ, UHF 380-470 MHZ, w/Battery and Antenna. BRAND NAME OR EQUAL 300 EA CLIN0005 EF Johnson 5100ES Model II, HANDHELD, PORTABLE (LMR) RADIO VHF/UHF, 864 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud. w/digital display and navigation keys, Frequency Band VHF 136-174 MHZ, UHF 380-470 MHZ, w/Battery and Antenna. BRAND NAME OR EQUAL 300 EA CLIN0006 EF Johnson 5100ES Model I, HANDHELD, PORTABLE (LMR) RADIO VHF/UHF, 48 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud, Frequency Band VHF 136-174 MHZ, UHF 380-470 MHZ, w/Battery and Antenna. BRAND NAME OR EQUAL 1800 EA CLIN0007 Motorola XTL5000 MOBILE, (LMR) RADIO VHF/UHF, 1000 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud, Frequency Band: VHF 136-174 MHZ 10-50 Watts, UHF 380-470 MHZ 10-40 Watts. BRAND NAME OR EQUAL 450 EA CLIN0008 Motorola XTL2500 MOBILE, (LMR) RADIO VHF/UHF, 870 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud, Frequency Band: VHF 136-174 MHZ 10-50 Watts, UHF 380-470 MHZ 10-40 Watts. BRAND NAME OR EQUAL 225 EA CLIN0009 EF Johnson 5300ES, MOBILE (LMR) RADIO VHF/UHF, 864 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud, Frequency Band VHF 136-174 MHZ 15-50 Watts, UHF 380-470 MHZ, 10-40 Watts. BRAND NAME OR EQUAL 225 EA CLIN0010 Motorola BASE STATION (LMR) RADIO VHF/UHF, 1000 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES, OTAR, 9600 Baud, Frequency Band: VHF 136-174 MHZ 10-50 Watts, UHF 380-470 MHZ 10-40 Watts. BRAND NAME OR EQUAL 45 EA CLIN0011 EF Johnson BASE STATION (LMR) RADIO VHF/UHF, 864 Channel, P25/Digital, SmartZone/Astro25, NSA Required AES OTAR, 9600 Baud, Frequency Bands: VHF 136-174 MHZ 15-50 Watts, UHF 380-470 MHZ 10-40 Watts. BRAND NAME OR EQUAL 30 EA CLIN0012 Flash software upgrade to Full - P25/9600 Baud Digital capable for non-P25 compliant XTS-5000 and XTL-5000 Radios 3000 EA CLIN0013 Add NSA Required AES Encryption Module/Software to XTS-5000 and XTL-5000 Radios 2250 EA CLIN0014 Add Over the Air Rekey (OTAR) software/hardware upgrade to XTS-5000 and XTL-5000 Radios 3000 EA CLIN0015 Add Intrinsically Safe (IS) Compliant Certification. 1500 EA CLIN0016 Antenna, portable radio. 600 EA CLIN0017 Battery Charger, minimum six slot capacity, smart/trickle charge. 240 EA CLIN0018 Control Head and/or Remote Control Unit (Mobile/Base Station). 900 EA CLIN0019 Extended (Long Life) Battery for Handheld Radio. 1500 EA CLIN0020 Radio Programming Kit with Latest Software (MS Windows - Vista Compatible), radio adapters and cables. 51 EA b. IMPORTANT NOTICE: NOTE: All LMRs proposed under this solicitation and furnished under the resulting contract must be approved by the National Security Agency (NSA) for use of the Advanced Encryption Standard (AES) keys. The following is a list of manufacturers and the specific model number(s) of their LMRs that have been approved by the NSA (as set forth in the Key Management News Message 07-01). If an offeror proposes LMRs from other manufacturers and/or other model numbers than those listed, the offeror must provide written proof, with their offer, that the NSA has approved that particular LMR manufacturer and model for use of the AES keys. i. MOTOROLA: (1) XTS-5000 (2) XTL-5000 (3) XTS-2500 ii. EF JOHNSON (ASTRO SPECTRA PLUS ASTRO CONSOLETTE): (1) 5100 (2) 5300 iii. M/A-COM (aka TYCO; now known as HARRIS): (1) P-7170 (2) P-7150 (3) MAESTRO IP (CONSOLE) (4) MINI MAESTRO IP (CONSOLE) c. Warranty information: Please provide the basic/standndard warranty information associated with equipment/components, and state its duration (standard warranty must be included in the price of the equipment). d. Trade in Allowances: Provide a schedule of the trade-in allowance offered on the radios listed in the CLIN Schedule, above. 7. Air Education and Training Command (AETC) is looking for capable vendors interested in fulfilling this requirement for Land Mobile Radio (LMR) subscriber equipment for the command. A decentralized, single-award, indefinite delivery/indefinite quantity (IDIQ) contract vehicle will be awarded to the Lowest Priced, Technically Acceptable (LPTA) offeror (evaluation factors listed below) who can provide (as manufacturer or reseller) ALL items listed above. The full Statement of Need is included as an attachment to this posting (see Attachment titled "FA3002-09-R-0057; Revised SON-LMR Tech Refresh IDIQ") and includes a list of the decentralized bases/units authorized to order under the resultant contract. 8. Ordering: a. The ordering period under the IDIQ contract shall be from date of award through 30 September 2012 (this ordering period shall not be extended). b. The delivery date, place of delivery, acceptance and FOB point for orders will be addressed in individual delivery orders. c. The minimum to be ordered under this contract is $2,000,000.00 and the maximum to be ordered under this contract is $25,000,000.00 (this ceiling is not to be breached). The min/max for individual orders is found in clause 52.216-19. d. Ordering is in accordance with FAR 16.505 and the ordering procedures that will be provided to the individual base contracting offices (see attachment titled "FA3002-09-R-0057; Revised Ordering Procedures-LMR Tech Refresh IDIQ). e. Orders may be issued using SF 1449. f. Issuance of oral orders is prohibited. 9. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors shall provide the information required by this clause and the following: a. CLIN Schedule with proposed prices and applicable discounts (see paragraph 5, above for the CLIN schedule listing the items to be proposed on; be sure to also provide the requested information below the CLIN schedule). b. Clear and concise evidence to support the capability to satisfy 10.a.i. - 10a. v., below. c. The portion of the Representations and Certifications required under part 52.212-3, as outlined in paragraph 11, below. 10. The provision 52.212-2, Evaluation - Commercial items, is applicable to this acquisition. Award will be made to the responsible offeror whose offer is found to be the lowest evaluated total price and meets all the technically acceptable factors as stated in the following evaluation criteria. Technical evaluations will be conducted on the lowest priced offer; if the lowest priced offer is determined technically unacceptable, the next ranked low-offer will be evaluated, etc., until an offer is arrived at that meets technical acceptability. Trade-ins allowances will not be an evaluation consideration. a. To be considered Technically Acceptable, an offer must satisfy all of the following factors: i. Capable of providing radios that support the National Security Agency (NSA) required Advanced Encryption Standards (AES). ii. Capable of providing radios with Over-the-Air-Rekey (OTAR) which are 100 percent interoperable and functional with Motorola (Conventional and Trunked) infrastructure control systems and software to support full centralized management). iii. Capable of providing ALL items in the CLIN schedule. iv. Capability to deliver items, up to the maximum order amounts set forth in paragraphs (b)(1)-(3) of FAR clause 52.216-19, Order Limitations, within 30 days after placement of order. v. The government reserves the right to test the capability of "Or Equal" products under comparable in-use conditions. Offerors proposing "Or Equal" radios may be invited to bring their radios to Offutt AFB, NE for testing; offerors have the option of overnighting their radios for testing by the Program Manager at Offutt AFB NE; however, an offeror's choice not to accompany their radio will not be grounds for challenging the test results. 11. Offerors must have completed their Representations and Certifications in the On-Line Representations & Certifications Application (ORCA) website (the site can be accessed at http://www.bpn.gov/), and must provide a copy of the required portion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items, Alt I, with its offer. 12. The clause at 52.212-4, contract Terms and Conditions - Commercial Items, applies to this acquisition. 13. The clause 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders, applies to this acquisition. The following FAR/DFAR/AFFAR clauses also apply: a. 52.203-3 - Gratuities (Apr 1984) b. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 25g and 10 U.S.D. 2402). c. 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). d. 52.204-7, Central Contractor Registration (Apr 2008) e. 52.207-4, Economic Purchase Quantity -- Supplies (Aug. 1987) f. 52.211-6, Brand Name or Equal (Aug 1999) g. 52.216-1, Type of Contract (Apr 1984). Fill-in is as follows: Firm Fixed-Price h. 52.216-18, Ordering (Oct 1995). Fill-ins are as follows: from date of award through 30 September 2012. i. 52.216-19, Order Limitations (Oct 1995). Fill-ins are as follows: i. Paragraph (a) Minimum order $1,000.00 ii. Paragraph (b)(1): $1,000,000.00 iii. Paragraph (b)(2): $3,600,000.00 iv. Paragraph (b)(3): 5 days v. Paragraph (d): 7 days j. 52.216-22, Indefinite Quantity (Oct 1995). Fill-in for paragraph (d) is: 31 December 2012. k. 52.219-1, Small Business Program Representations (May 2004), Alt I. Fill-ins are as follows: i. Paragraph (a)(1): 334220 ii. Paragraph (a)(2): 750 l. 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644).Alternate I (Oct 1995). m. 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). n. 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). o. 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). p. 52.222-3, Convict Labor (June 2003)(E.O. 11755). q. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). r. 52.222-21, Prohibition of Segregated Facilities (Feb 1999). s. 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). t. 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). u. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). v. 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). w. 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). x. 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) y. 52.222-24 -- Preaward On-Site Equal Opportunity Compliance Evaluation (Feb 1999) z. 52.222-25 -- Affirmative Action Compliance (APR 1984) aa. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). bb. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). cc. 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) dd. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) ee. 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) ff. 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) gg. 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (JUN 2005) hh. 22.212-7000, Offeror Representations and Certifications - Commercial Items (JUN 2005) ii. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2009) jj. 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) kk. 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) ll. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) mm. 252.243-7002 Requests for Equitable Adjustment (MAR 1998) nn. 252.247-7022 Representation of Extent of Transportation by Sea (AUG 1992) oo. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) pp. 5352.201-9101, Ombudsman (AUG 2005). Fill-in is as follows: Chief, Business Operations Branch, AETC/A7KB, Maria G. Beckett, Chief Business Operations Branch, AETC A7KB, 2035 1st Street West, Ste 1, Randolph FAB TX 781504304, phone (210) 652-5815, facsimile (210)652-8348, e-mail Lupe.Beckett@randolph.af.mil. 14. Offers are due on 26 Sep 09/4:30 PM (CT). They shall be submitted via e-mail, with hard-copy follow-up. ALL QUESTIONS MUST BE SUBMITTED (VIA E-MAIL) TO THE CONTRACTING OFFICER NO LATER THAN 2:00 PM (CST) ON 25 SEP 09. a. E-mail requirements: i. Documents must be in WORD 2007, or earlier, format. ii. Any spreadsheets submitted must be in EXCEL 2007, or earlier, format. iii. E-mail SUBJECT line shall read, "HOT: Proposal to FA3002-09-R-0057" (bolding and underlining is for the purpose of calling attention to the required subject and is not necessary as part of the subject line). iv. E-mail submission is to: jodie.hagee@randolph.af.mil AND debbie.aguirre@randolph.af.mil v. IMPORTANT: Offerors shall call Mrs. Hagee or Mrs. Aguirre to notify them of submission of the proposal. Submission of proposals via e-mail will not be considered as received by the contracting office until such time as the Contracting Officer, Jo Ann Hagee, or the Flight Chief, Debbie Aguirre, submits acknowledgement of receipt by return e-mail. b. Hard copy follow-up shall be submitted to: JO ANN HAGEE/DEBBIE AGUIRRE AETC CONS/LGCD 2021 1ST STREET WEST RANDOLPH AFB TX 78150-4302 15. Information regarding this solicitation may be obtained from Jo Ann Hagee, Contracting Officer, at 210-652-6388. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-08-27 17:58:10">Aug 27, 2009 5:58 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-09-24 20:09:06">Sep 24, 2009 8:09 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-09-R-0057/listing.html)
 
Record
SN01968351-W 20090926/090924235756-6ada871deaa2b088c2179c0307934a95 (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.