Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
MODIFICATION

58 -- Motorolla Two-Way Radio Kits

Notice Date
11/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0044
 
Archive Date
11/30/2009
 
Point of Contact
Jennifer Kleiv, Phone: 9375224629
 
E-Mail Address
jennifer.kleiv@wpafb.af.mil
(jennifer.kleiv@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PROPOSED SOLE SOURCE SOLICITATION: Motorola US Federal Government Markets Division The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(2) and FAR 6.302-1(a)(2)(i). Proposed source is Motorola US Federal Government Markets Division (CAGE: 78205, NAICS: 334220). This notice of intent is not a request for competitive quotations: however, all quotations/responses received within twelve (12) days of issuance of this notice will be considered by the Government. Further determination by the government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any quotations should e-mailed to Jennifer Kleiv at jennifer.kleiv@wpafb.af.mil no later than 16 Nov 09. Only proposals received by this date will be considered. Any questions should be directed to Jennifer Kleiv at 937-522-4629. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: CLIN 0001: QTY 34 - Portable Two Way Radio Kits: * 34 Portable ASTRO Digital XTS5000 380-470MHZ 1-5W 1000 CHAN Full Feature * 34 ALT: battery Impress NIMH FM Rugged 1700MAH (NNTN4437) * 34 ENH: 2 Year Repair Service Advantage (Encrypted) * 34 ADD: XTS5000 UCM Hardware Encryption * 34 ENH: MDC & ASTRO P25 OTAR w/ multikey * 34 ADD: Software AStro Digital CAI Operation * 34 ADD:AES Encryption * 34 ALT: Submersible - 6FT 2 Hours (Rugged) * 34 ADD: Smartnet Systems Software * 34 ENH: Enhanced PTT ID Display * 34 BATT 1800 MAH FM RUGG NIMH It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2006), and any addenda to the provision as listed in this notice FAR 52.212-2, Evaluation-Commercial Items-(Jan 1999) (Award will be made based upon best value to the government) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-(Mar 2005) (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov) FAR 52.212-4, Contract Terms and Conditions-Commercial Items-(Sep 2005) FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items-(Apr 2006) FAR 52.204-7, Central Contractor Registration (Oct 2003) FAR 52.204-9; Personal Identity Verification of Contractor Personnel-(JAN 2006) FAR 52.219-6, Notice of Total Small Business Set-Aside-(Jun 2003) FAR 52.222-3, Convict Labor-(Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-(Dec 2001) FAR 52.222-36, Affirmative Action for Workers with Disabilities-(Jun 1998) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans-(Dec 2001) FAR 52.223-5, Pollution Prevention and Right-to Know Information-(Aug 2003) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration-(Oct 2003) FAR 52.233-1, Disputes-(Jul 2002) FAR 52.233-3, Protest After Award-(Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim-(Oct 2004) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.247-4, F.O.B. Destination (Nov 1991) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) http://farsite.hill.af.mil. FAR 52.252-2, Clauses incorporated by Reference-(Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-3, Alterations in Solicitation (Apr 1984) FAR 52.252-4, Alterations in Contract (Apr 1984) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) is amended in paragraph (b) to add Department of Defense Federal Acquisition Regulation Chapter 2-(Apr1984) FAR 52.253-1 Computer Generated Forms-(Jan 1991) DFARS 252.204-7004, Alternate A-(Nov 2003) DFARS 252.204-7003, Control of Government Personnel Work Product-(Apr 1992) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-(Dec 2005) DFARS 252.225-7035 with Alt I, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate (Jun 2006) DFARS 252.225-7036 with Alt I, Buy American Act-Free Trade Agreement-Balance of Payments Program-(Jun 2006) DFARS 252.232-7003, Electronic Submission of Payment Requests-(May 2006) DFARS 252.232-7010 Levies on Contract Payments (Sep 2005) DFARS 252.243-7001, Pricing of Contract Modifications-(Dec 1991) DFARS 252.247-7023 with Alt III, Transportation by Sea (May 2002) AFFARS 5352.242-9000, Contractor Access to Air Force Installations-(Jun 2002) AFFARS 5352.223-9001, Health and Safety on Government Installations-(Jun 1997). AFFARS 5352.201-9101 Ombudsman (August 2005). In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. A Firm-Fixed Price purchase order will be issued in writing. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0044/listing.html)
 
Place of Performance
Address: Base Supply Officer - Equipment, Building 257, 5236 Chase Street, Wright-Patterson AFB, Ohio, 45433-5501, United States
Zip Code: 45433-5501
 
Record
SN01998873-W 20091107/091105235707-4e781b97e9d4e4ce0dbd429bd65eaca9 (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.