MODIFICATION
59 -- QUESTIONS:
- Notice Date
- 6/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T12RD511
- Response Due
- 6/11/2012
- Archive Date
- 8/10/2012
- Point of Contact
- William M. Schwartz, 443.861.4621
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(william.m.schwartz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF THE ARMY U.S. ARMY CONTRACTING COMMAND - ABERDEEN PROVING GROUND ABERDEEN DIVISION D 4118 SUSQUEHANNA AVENUE ABERDEEN PROVING GROUND, MARYLAND 21005-3013 REPLY TO ATTENTION OF CCAP-SCD 11 May 2012 Rev: 01 June 2012 SUBJECT: Solicitation No.: W15P7T-12-R-D511; Request for Proposal (RFP) This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, 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. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns only. This solicitation is a Request for Proposal (RFP), as a Small Business Set-Aside for specific Motorola Products ONLY(Brand Name). This RFP is for Foreign Military Sales (FMS) case S4-B-VAA. Important: All Offerors must provide, as part of their proposal package, a technical proposal which is sufficiently detailed to prove that the commercial product(s) offered to meet the description and part number in accordance with the solicitation, the statement of work and comply with the Buy American Act - Supplies. A failure to submit a complete and accurate technical proposal shall make the proposal technically unacceptable. The U.S. Government reserves the unilateral right to not make an award, or reject a product offered that does not meet the description or part number. Any exceptions to the terms and conditions of this solicitation shall be contained in the Offeror's proposal. The U.S. Army intends to procure the following Commercial Off-the-Shelf (COTS) items: Description/Quantity/Delivery: 10 (Ten) Each Motorola XTS 5000 Model II Portable Radios, PN: H18KEF9PW6 N with the following accessories: ProductDescription Quantity Number Q806Software Astro Digital CAI Operation N/A H35Conventional Systems Operational Software N/A Q406ADP Privacy N/A Q159XTS5000 UCM Hardware Encryption N/A H14Enhancement PTT ID Display H499 Submersible - 6ft. 2 hours, rugged H236Battery Liion 3950 MAH FM Immersion H 88 User Guide Manual CD Q768Alternative Display Label Leather Cases BDN6676 3.5 Mm Jack Adapter With Quick Disconnect Latch10 EA BDN6667 Earpiece with Microphone and PTT Combined - Beige10 EA RVN4181AD Software For Astro 25 Portable CD Format01 EA NKN1029A USB Programming Cable01 EA WPLN4109 R Impres Multi Unit Charger 220V Euro Plug NON C02 EA NNTN7453A Battery Impres Li-Ion 3950 MAH FM Rugged10 EA DescriptionQuantityDelivery ARO Part Number CLIN: 000110 90 DAYS ARO HN18KEF9PW6 N Motorola XTS 5000. Model II Portable Radios, with the following accessories: Software Astro Digital CAI Operation: PN: Q806 Conventional Systems Operational SoftwarePN: H35 ADP PrivacyPN: Q406 XTS5000 UCM Hardware EncryptionPN: Q159 Enhancement PTT ID DisplayPN: H14 Submersible - 6ft. 2 hours, ruggedPN: H499 Battery Liion 3950 MAH FM ImmersionPN: H236 User Guide Manual CDPN: H88 Alternative Display LabelPN: Q768 Leather Case CLIN 0002 3.5 Mm Jack Adapter With Quick 1090 DAYS AROPN: BDN6676 Disconnect Latch CLIN 0003 Earpiece with Microphone and 1090 DAYS AROPN: BDN6667 PTT Combined - Beige CLIN 0004 Software For Astro 25 Portable0190 DAYS AROPN: RVN4181AD CD Format CLIN 0005 USB Programming Cable01 90 DAYS ARO PN: NKN1029A CLIN 0006 Impres Multi Unit Charger0290 DAYS AROPN: WPLN4109R 220V Euro Plug NON C CLIN 0007 Battery Impres LI-ION 1090 DAYS AROPN: NNTN7453A 3950 MAH FM Rugged Other Information/Requirements: A One (1) Year Commercial Warranty is required on all items. Delivery shall be completed by 90 days ARO, unless an acceptable alternate is proposed or unless bulk shipment is requested. Accelerated delivery at no additional cost to the Government is accepted and encouraged. 1. For this acquisition the North American Industry Classification System (NAICS) code is 334220 and the Federal Supply Classification (FSC) is 5820. 3. Please indicate in your proposal if your business meets the non-manufacturer standard of FAR 19.102. 4. It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider the Offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed, by the Government, as insufficient and non-responsive to the solicitation. 5. The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Contractor agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government. NOTE: Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Marking shall be in accordance with MIL-STD-129P. Inspection and acceptance shall be at Source. Shipment will be FOB Origin. Upon award the contractor will be required to contact the local DCMA Office for shipping instructions. BASIS FOR AWARD: The Government intends to make an award to the Offeror that submits the lowest priced technically acceptable product, and is deemed acceptable and responsible by the Contracting Officer. The Offeror shall bid on all line items. The contract type is Firm Fixed Price. Economic Ordering Quantity price breaks will be considered in the award evaluation. This following will factors will be used to evaluate offers in accordance with FAR 52.212-2 (a) (b) (c); (a) The Government will award a contract 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: (i) Technical capability to meet the Government requirement and Price in descending order of importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer's 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. The Contracting Officer reserves the right to make no award under this solicitation. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.204-1, Approval of Contract FAR 52.209-6, Protecting the Government's Intrest When Subcontracting With Contractors Debarred, Suspended or proposed for Debarment; FAR 52.225-13 (IF00133) Restrictions on Certain Foreign Purchases; FAR 52.212-1, (LF00007) Instructions to Offerors - Commercial Items; FAR 52.212-3, (KF70008) Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, (IF00028) Contract Terms and Conditions - Commercial Items; FAR 52.212-5, (IF60010) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: (2) 52.233-4, Applicable Law for Breach of Contract Claim, (6) 52.219-6 Notice of Total Small Business Set Aside, (25) 52.222-50 Combating Trafficking in Persons, (29) 52.225-1 Buy American Act--Supplies FAR 52.215-8, Order of Precedence-Uniform Contract Format; FAR 52.222-3, Convict Labor; FAR 52.222-22, (KF70019) Previous Contracts and Compliance Reports; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.223-11, Ozone-Depleting Substances; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.227-1, (IF00136) Authorization and Consent; FAR 52.227-2, (IF00140) Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.227-3, Patent Indemnity; FAR 52.227-6, Royalty Information; FAR 52.227-9, Refund of Royalties; FAR 52.232-33, (IF00191) Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-1, (IF00194) Disputes; FAR 52.246-2, (EF00001) Contractor Inspection Requirements; FAR 52.247-29, (FF00006) F.O.B. Origin; FAR 52.204-7, (IA00005) Central Contract Registration (for Certifications and Representations) FAR 52.246-16, (EF00019) Responsibility for Supplies; DFAR 252.212-7001, (IA60001) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: 252.203-7000, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7021 Trade Agreements, 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronics Submission of Payment Requests and Receiving Reports, 252.247-7023 Transportation by Sea; DFAR 252.211-7003, (FA60001) Item Identification and Valuation; DFAR 252.211-7006, (FA00002) RFID Requirements; DFAR 252.211-7007, Item unique Identification of Government Property; FAR 52.249-1 (IF00320) Termination for Convenience of the Government (Firm Fixed) (Short Form); DFARS 252.203-7001, (IA00267) Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower rights; DFARS 252.203-7004 Display of Fraud Hotline Poster DFARS 252.204-7003, (IA00269) Control of Government Personnel Work Product; DFARS 252.204-7008, (IA00279) Requirements for Contracts Involving Export-Controlled Items; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.211-7006, Passive Radio Frequency Identification; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Governments; DFARS 252.227-7027, Deferred Delivery of Technical Data or Computer Software; DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the USG DFARS 252.227-7037, Validation Of Restricted Marking on Technical Data DFARS 252.243-7001, (IA00147) Pricing of Contract Modifications; FAR 52.204-7, (IF00014) Required Central Contract Registration; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7002 (IA00047), Qualifying Country Sources as Subcontractor; FAR 52.225-13 (IF00133) Restriction on Certain Foreign Purchases; DFARS 252.232-7003 (IA0115), Electronic Submission of Payment Requests and Receiving Reports. The following clauses are local CECOM Contracting Center - Army Contracting Command clauses and the Contractor may request a copy from the Contract Specialist, if needed: 52.6106, (AS6106) Notice: Solicitation Ombudsman; 52.7037, (DS7037) Packaging Waivers or Deviations; 52.7043, (DS7043) Standard Practice for Commercial Packaging; 52.6026, (GS7026) FOB Origin Shipping Instructions Transportation Account Codes (TACS) and Long Line of Accounting (LOA); 52.7050, (GS7050) Administrative Data/Instructions to the Paying Office; 52.6110, (HS6110) Mandatory Use of Contractor to Government Electronic Mail; 52.7025, (FS7025) Verification of 'Ship to" and/or "Notice of Availability address for FMS; 52.6205, (LS6207) Price Support; 52.7251, (KS7251) AMC-Level Protest Program; 52.7358, (HS7358) Transportation - Foreign Military Sale (DCMC Administered); 52.6076, (GS7076) Army Electronic Invoicing; 52.7300, (MS7300) Treatment of Duties in the Evaluating of Bids/Offers; 52.0851, Central Contractor Registration; 52.6149, (LS6149) Electronic Submission of Bids 52.7027, (GS7027) Place of Performance and Shipping Point. Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html The offeror must be registered in the Central Contractor Registration (CCR) database prior to award. The offeror may register in CCR at http://www.ccr.gov. PROPOSAL SHALL INCLUDE: (1) Solicitation Number and date on cover page with numbered pages (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and DUNNS ) (3) Business Size, if Small Business list subcategory, if applicable. (4) Schedule of offered items to include quantity, unit, unit price, total price and grand total columns. (5) Representation and Certifications compliant with FAR Clause 52.212-3. (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. The offeror may register in CCR at http://www.ccr.gov. Requirements for offerors: All offerors must have a current registration in the Wide Area Workflow (WAWF) prior to award. The offeror may register in WAFW at https://wawf.eb.mil. Offeror shall provide at least two past performance references with detail contact information, contract or solicitation number. All vendors submitting proposals must be registered in advance on the Army Single Face to Industry (ASFI) Acquisition Business Web Site: https://acquisition.army.mil/asfi/. Upon accessing this web page, look for the tab titled "ASFI for Industry". Under the "ASFI for Industry" tab you will be able to check for business opportunities by clicking on the Contract Opportunities Search link, receive notifications by clicking on the Vendor Notification Service link. Vendor cannot submit responses via the Vendor Bid History. Vendors can only view "high level" information regarding the response. No registration is needed for the Vendor to browse for business opportunities. For the Vendor to receive notifications, please provide company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit bids/proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. You must download solicitation documents from the ASFI. Instructions on how to use ASFI to include; receiving notification, submitting and uploading bids or proposals, formatting and system requirements are provided at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. For Technical ASFI assistance please e-mail help desk at ASFI@conus.army.mil. This announcement has been posted to FED BIZ OPPS (www.fbo.gov) under Combined Synopsis / Solicitation Number: W15P7T-12-R-D511 AMENDMENTS, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. QUESTIONS referencing this solicitation shall be submitted via email to william.m.schwartz.civ@mail.mil, phone 443-861-4621, 04 June 2012 NLT 11 a.m. ET. ANSWERS will be posted on ASFI/FedBizOpps NLT 11 a.m. ET, 06 June, 2012. QUOTE IS DUE: Proposals and any applicable attachments shall be received NLT 10:00 a.m. EST, 11 June, 2012 - Contract Specialist william.m.schwartz.civ@mail.mil, 443-861-4621. Contracting Officer-Ernest.L.Bailey4.civ@mail.mil443-861-4894. Please include solicitation number W15P7T-12-R-D511 in the proposal, email and any other submitted documents relevant to this solicitation. Contracting Office Address: ACC-APG (SCRT) 6001 COMBAT DRIVE ABERDEEN PROVING GROUND, MD 21005-1846 QUESTIONS: 1. Solicitation W15P7T-12-R-D511 includes request for qty 10 leather cases. Please provide either part number or description in order to provide quote. ANSWERS: 1. Part number is NTN8386
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7df652389e0c5e7c443151419026b63c)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02768500-W 20120608/120607000614-7df652389e0c5e7c443151419026b63c (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 |