Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
SOLICITATION NOTICE

58 -- Land Mobile Radios (LMR) and Accessories - Attachment

Notice Date
9/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0340
 
Archive Date
10/10/2012
 
Point of Contact
Alycia K. Armbruster, Phone: 9375224601
 
E-Mail Address
alycia.armbruster@wpafb.af.mil
(alycia.armbruster@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Brand Name Justification This is a combined synopsis/solicitation for Land Mobile Radios (LMR) and Accessories and was prepared in accordance with the format in Federal Acquisition Requirements (FAR) 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. The solicitation number FA8601-12-T-0340 is issued as a Request for Quotes (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, 13 Sep 2012. The associated North American Industry Classification System (NAICS) code is 334519. The SBA size standard is 500 employees. The items are to be "Named Brand" specific "Motorola." Substitute proposed Brands will NOT be considered for Award. Used or Refurbished items are not acceptable. The AFLCMC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Requirements: CLIN 0001- Part Number: H18QDH9PW7N - XTS5000 380-470 Mhz Part Number: Q806 - Digital CAI Software Part Number: H37 - Smartnet System Software Part Number: H14 - Enhanced Digital ID Display Part Number: H499 - Submersible housing 6ft, 2 hours Part Number: Q393RUGD - Battery IMPRES Rugged 1750 MAH Part Number: Q159 - UCM Hardware Encryption Part Number: Q629 - AES Encryption Part Number: Q498 - MDC and Digital P25 OTAR w/Multikey Part Number: Q58 - 2 Year Encrypted Repair Service Advantage QTY: 8 CLIN 0002- Part Number: WPLN4108 R - Impress Multi Unit Charger QTY: 2 Unit of Issue: Each Offers need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and completing the on-line Representations and Certifications. In addition the online reps and certs, Paragraph (b) of 52.212-3 must be completed and returned with offer. 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: Technical Capability and Price. Proposals may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Offer number & date 4) Item price 5) Total price (Net 30) After Deliver Confirmation 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the offer is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 13) Completed DFARS 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Offers MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review offers based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.211-6, Brand Name or Equal (Aug 1999); 52.212-1, Instructions to Offerors - Commercial (Feb 2012); 52.212-2, Evaluation Factors (Jan 1999) [the fill in portion of this clause is: technical and price]; 52.212-3, Representations and Certifications (Apr 2012); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) The following DFARS provisions, either by reference or full text, apply to this acquisition: 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.225-7000, Buy American and Balance of Payments Program (Jun 2012) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.204-99, System for Award Management Registration (August 2012) (DEVIATION); 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2012): -52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012); -52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012); -52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012); -52.222-3, Convict Labor (Jun 2003); -52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012); -52-222.21, Prohibition of Segregated Facilities (Feb 1999); -52.222-26, Equal Opportunity (Mar 2007); -52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010); -52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); -52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.247-34, F.o.b. Destination (Nov 1991) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jun 2012). The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); -252.225-7001, Buy American Act and Balance of Payments Program (Jun 2012); -252.232-7003, Electronic Submission of Payment Requests (Jun 2012); -252.247-7023, Transportation of Supplies by Sea - Alternate III (May 2002); 252.225-7002, Qualifying Country Sources as Subcontractors (Jun 2012); 252.232-7006, Wide Area WorkFlow Payment Instructions (Jun 2012); 252.232-7010, Levies on Contract Payments (Dec 2006) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsmen. Paragraph c fill-in is: Cynthia Evoniuk, 1755 11th St, WPAFB, OH 45433, 937-255-6005, Cynthia.Evoniuk@wpafb.af.mil. The following local clauses will be included in subsequent award. Full text versions are available upon request: AFLCMC/PKO H-002, Delivery Procedures Commercial Vehicles (Aug 2005) All offers and responses are due by noon, Eastern on September 25, 2012. Submittal of offers in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Alycia.Armbruster@wpafb.af.mil via a PDF compatible attachment. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-T-0340, Land Mobile Radios." Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending attachments with e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filter may delete all other form of attachments. Any questions should be directed to Alycia Armbruster at Alycia.Armbruster@wpafb.af.mil or 937-522-4601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0340/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, United States
 
Record
SN02887152-W 20120920/120919000529-1b4ce0919ea03a9b11a2efadea1f6d7d (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.