Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2013 FBO #4228
MODIFICATION

58 -- Solicitation for 30 each encrypted handheld portable radios with options

Notice Date
6/20/2013
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W58MZ813T0002
 
Response Due
6/26/2013
 
Archive Date
8/19/2013
 
Point of Contact
Ryan L. Borgmeyer, 573-638-9632
 
E-Mail Address
USPFO for Missouri
(ryan.l.borgmeyer.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
POSTING MODIFIED TO CHANGE THE REQUESTED HARRIS HANDHELD CONFIGURATION. POSTING MODIFIED TO EXTEND SUBMISSION DATE TO 26 JUNE 2013. POSTING MODIFIED FOR LIMITED SOURCE PROCUREMENT, NAME BRAND. RFQ SUBMISSION DATE EXTENDED. This is a combined synopsis/solicitation for 30 Encrypted P5450 Portable Radios with options, name brand justification for Harris Company. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-60 effective 26 Jul 2012). The NAICS code is 334220 and the small business size standard is 750 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. (Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration). SCOPE Contractor Responsibilities: Provide thirty (30) P5450 Portable Radios with options to the Missouri Regional Training Institute located at 123 Cedar Avenue, Fort Leonard Wood, MO 65473; Attn: SFC Robert Gooch. Deliverables: QTY,MODEL NUMBER, DESCRIPTION, 30MAEX-CN1XX Portable,P5450,378-430MHz 30MAEX-NPL7Z Feature, 512 Systems/Groups 30MAEX-NPL5L Feature, P25 OTAR 30MAEX-NPL5K Feature, ProFile OTAP 30MAEX-NPL7N Feature, Radio TextLink 30MAEX-NPL7M Feature, AES Encryption 30MAEX-PKGPT Feature Package, P25 Trunking 30MAEX-NPA9X Battery, NiMH, 2400mAH 30MAEX-NNC5B Antenna, 378-403MHz, Helical 30MAEX-NHC7P Belt Clip, Metal 5 MAEX-NCH9U Charger, Multi, Tri-Chem, P5300 2 CA-023407-001 Cable, Programming Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: Technical acceptability (to include compatibility with existing systems and structures) and price. Compatibility with Fort Leonard Wood (FLW), Missouri, spectrum operating systems must be guaranteed or the supplied products will be deemed technically unacceptable to include a current Army Certificate of Networthiness to operate over the FLW Land Mobile Radio (LMR) infrastructure. Currently Harris Company has the over-the-air-re-keying (OTAR) contract on FLW and all other manufacturers OTAR software versions are presently incompatible and will not function with the existing LMR system. The FLW LMR P25 trunking system uses Harris Company/MACOM radio equipment and software; engineered and deployed to meet DoD Certification and Information Assurance (IA) accreditation requirements. All radio equipment must be spectrum certified, and uses proprietary OTAR with the FLW LMR infrastructure to ensure interoperability, sustainment and meeting the needs of operational and security requirements. The offer submittal shall list the item by part number, the product description as listed above and any transportation costs. The offer shall list unit prices, total for each part number, and an overall totaled price. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3. The government will not accept incomplete proposals/quotations. Offers will be evaluated on technical acceptability and price for the overall best value. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value. Additionally the following clauses and provisions apply to this acquisition: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations -- Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.219-1 Small Business Program Representations 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post - Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan -- Certification 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop- Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.204-7006 Billing Instructions 252.204-7008 Export-Controlled Items 252.204-7011 Alternate Line-Item Structure 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.225-7001 Buy American and Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252-247-7023 Alt III Transportation of Supplies by Sea The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 3:00 P.M. (CST), 26 June 2013. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of CPT Ryan Borgmeyer at (573) 638-9619 or emailed to ryan.borgmeyer@us.army.mil; if facsimile is the preferred method then a follow-up email or phone call is requested to ensure receipt. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to the above at ryan.borgmeyer@us.army.mil. Contracting Office Address: 7101 Military Circle Jefferson City, Missouri 65101 United States Primary Point of Contact.: CPT Ryan Borgmeyer ryan.borgmeyer@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W58MZ813T0002/listing.html)
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
 
Record
SN03095089-W 20130622/130620235203-262cecc3526c1477d196f31ba0a7e855 (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.