Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2015 FBO #4803
MODIFICATION

D -- Land Mobile Radio (LMR) Subscriber Units and Misc Services at Redstone Arsenal, Alabama

Notice Date
1/16/2015
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-15-T-KP10
 
Response Due
1/30/2015
 
Archive Date
3/17/2015
 
Point of Contact
Kristine Pennock, 3097822293
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(kristine.s.pennock.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of amendment 002 to combined synopsis/solicitation W52P1J-15-T-KP10 is to amend the Customer Requirements Statement (CRS) with an updated CRS dated 16 January 20145, to amend the Price Worksheet with the addition of CLIN 0008-3.5mm Adapters, and to post Questions and Government Responses dated 16 January 2015. This amendment also incorporates past performance into the basis for award. Vendors must acknowledge all amendments with their proposal submission. --------------------------------------------------------------------------------------------------------------------------------- This is a 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W52P1J-15-T-KP10 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. This request for quotation is issued using Simplified Acquisition Procedures in accordance with FAR 13.5. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220-Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The small business size standard is 750 employees. This acquisition is being procured under full and open competition. DESCRIPTION OF THE REQUIREMENT: This requirement is to procure subscriber units that are fully operational with a Smartnet Type II Land Mobile Radio (LMR) system manufactured by Motorola. The requirement is for end users at Redstone Arsenal, Alabama (RSA) who are currently operating on the Smartnet Type II system. Each portable subscriber unit shall be fully operational to include, at a minimum, programming, battery (conditioned), antenna, and belt clip. Mobiles and Desktops must be delivered and installed in accordance with (IAW) the Customer Requirements Statement (CRS.) Mobile and desktop subscriber units shall be installed in accordance with commercial standards. A Pre-proposal Site Survey is scheduled to take place from 06 January to 16 January 2015 at the Redstone Arsenal, Network Enterprise Center (NEC-R), BLDG 3400. Please contact Mr. Dean Allen, Mr. Rickie Green and Mr. Neal Dedicatoria by 19 December 2014 to request a date and time (date availability will be on a first come first serve basis, see contact information below.) Redstone will be conducting a Land Mobile Radio compatibility test as part of the Site Survey. The purpose of this compatibility test is for potential LMR Offerors and Manufacturers who are interested in providing a quote on this RFQ to test and verify that their equipment is compatible with Redstone's existing LMR system (Smartnet Type II LMR system manufactured by Motorola). This will be the Offeror's pre-proposal opportunity to evaluate and examine everything required to address the requirements of the CRS and have the Government technical team provide clarification of any requirements the Offeror thinks need clarified. Potential Offeror's are encouraged and advised to use the time between the RFQ posting and the Pre-proposal Site Survey to familiarize themselves with the requirements of the CRS and develop any questions they may have. Participation is limited to four (4) individuals per Offeror. All visitors must successfully pass a criminal records check. Visitors must complete the quote mark MAX Access Template (Visit Request Form) quote mark and submit it to the NEC-R POCs (via email at dean.e.allen8.civ@mail.mil and rickie.l.green.civ@mail.mil) and the PD LMR Project Lead (via email at neal.h.dedicatoria2.civ@mail.mil) by 19 December 2014. Potential Offerors entering Redstone Arsenal will need the following items for entry: a Driver's License and Rental Car Agreement. Common Access Card (CAC) holders will only need to show their rental agreement and their CAC and may proceed directly through the gate without having their vehicle searched. NEC-R will provide transportation to the testing area and to all areas that require radio installation. All potential Offerors are required to wear badges affixed to the outside of their clothing at all times. All Offerors are to stay with the Government escort at all times. Site personnel will escort Offerors during the pre-proposal site visit. COMPATIBILITY TEST: All proposed radios must pass the following compatibility test functions: Radio call via trunked talkgroup (encrypted), Radio call via trunked talkgroup (in the clear), Use of Personal Identification Code (PIN), acceptance of correct code, Use of Personal Identification Code (PIN), non-acceptance of incorrect code, Private call via trunked radio system (encrypted), Private call via trunked radio system (clear), Phone call via trunked radio system, Page via trunked radio system, Emergency call trunked system, Radio to Radio call conventional (non-trunked) (encrypted), Radio to Radio call conventional (non-trunked) (in the clear), Announcement Radio call via trunked talkgroup (encrypted), Announcement Radio call via trunked talkgroup (in the clear.) Radio call via trunked talkgroup (encrypted): The Offeror will program the test talkgroup into their proposed radio and the Government will program a radio currently in use on RSA with the same talkgroup. The Offeror will load the encryption key into their proposed radio and the Government will load a radio currently in use on RSA with the same key. The Government will initiate a call from the proposed loaded radio to the loaded radio in use on RSA. The Government will verify that the loaded RSA radio receives the call and that the voice is understandable (Pass/Fail.) The Government will initiate a call from the loaded RSA radio to the loaded proposed radio. The Government will verify that the loaded proposed radio receives the call and that the voice is understandable. (Pass/Fail) Radio call via trunked talkgroup (in the clear): The Offeror will program a test talkgroup into the proposed radio and the Government will program a radio currently in use on RSA with the same talkgroup. The Government will initiate a call from the proposed loaded radio to the loaded radio currently in use on RSA. The Government will verify that the loaded radio in use on RSA receives the call and that the voice is understandable (Pass/Fail.) The Government will initiate a call from the loaded radio currently in use on RSA to the proposed loaded radio. The Government will verify that the proposed loaded radio receives the call and that the voice is understandable (Pass/Fail.) Use of Personal Identification Code (PIN), acceptance of correct code: The Offeror will configure their proposed radio with a PIN number. The Offeror will program a test talkgroup into their proposed radio and the Government will program a radio currently in use on RSA with the same talkgroup. The Government will enter a PIN into the proposed loaded radio. The Government will verify that the loaded radio authorizes the PIN. The Government will verify that the LMR system authorizes the proposed loaded radio and registers it on the system (Pass/Fail.) The Government will initiate a call from the proposed loaded radio to the loaded RSA radio. The Government will verify that the loaded RSA radio can respond (Pass/Fail.) Use of Personal Identification Code (PIN), non-acceptance of incorrect code: The Offeror will configure their proposed radio with a PIN. The Offeror will program a test talkgroup into their proposed radio and the Government will program a radio currently in use on RSA with the same talkgroup. The Government will enter an incorrect PIN into the loaded proposed radio. The Government will verify that the proposed radio does not authorize a PIN (Pass/Fail.) The Government will verify that the loaded proposed radio is not registered on the RSA LMR system (Pass/Fail.) Private call via trunked radio system (encrypted): The Offeror will program the proposed radio for private call operation and the Government will program a radio currently in use on RSA with the same functionality. The Offeror will load the encryption key into their proposed radio and the Government will load a radio currently in use on RSA with the same key. The Government will initiate a call from the proposed loaded radio to the loaded radio in use on RSA via the private call function. The Government will verify that the loaded RSA radio receives the call and that the voice is understandable (Pass/Fail.) The Government will initiate a call from the loaded RSA radio to the loaded proposed radio. The Government will verify that the loaded proposed radio receives the call and that the voice is understandable. (Pass/Fail) Private call via trunked radio system (clear): The Offeror will program the proposed radio for private call operation and the Government will program a radio currently in use on RSA with the same functionality. The Government will initiate a call from the proposed radio to the radio in use on RSA via the private call function. The Government will verify that the RSA radio receives the call and that the voice is understandable (Pass/Fail.) The Government will initiate a call from the RSA radio to the proposed radio. The Government will verify that the proposed radio receives the call and that the voice is understandable. (Pass/Fail) Phone call via trunked radio system: The Offeror will program the proposed radio for phone call operation. The Government will initiate a call from the proposed radio to an active landline on RSA. The Government will verify that the call and that the voice is understandable (Pass/Fail.) Page via trunked radio system: The Offeror will program the proposed radio for paging operation. The Government will initiate a page from the proposed radio to a radio currently in use on RSA with the same functionality. The Government will verify that the page was received and acknowledged The Government will initiate a page from the RSA radio to the proposed. The Government will verify that the page was received and acknowledged (Pass/Fail.) Emergency call trunked system: The Offeror will program the emergency call talk-group into their proposed radio and assign it to an emergency button on the proposed radio. The Offeror will initiate an emergency call by depressing the emergency button on the proposed radio. The radio must revert to the emergency call talk group and alert the MSFC/RSA J911 dispatch center with unit ID information and respond to voice communications. (Pass/Fail.) Radio to Radio call conventional (non-trunked) (encrypted): The Offeror will program the test frequency into their proposed radio and the Government will program a radio currently in use on RSA with the same frequency. The Offeror will load the encryption key into their proposed radio and the Government will load a radio currently in use on RSA with the same key. The Government will initiate an encrypted call from the proposed loaded radio to the loaded RSA radio. The Government will verify that the loaded RSA radio receives the call and verify that the proposed loaded radio can respond (Pass/Fail.) The Government will initiate an encrypted call from the loaded RSA radio to the proposed loaded radio. The Government will verify that the loaded RSA radio receives the call and will verify the proposed loaded radio can respond (Pass/Fail.) Radio to Radio call conventional (non-trunked) (in the clear): The Offeror will program the test frequency into their proposed radio and the Government will program a radio currently in use on RSA with the same frequency. The Government will initiate a call from the proposed radio to the RSA radio. The Government will verify that the RSA radio receives the call and that the RSA radio can respond (Pass/Fail.) The Government will initiate a call from the RSA radio to the proposed radio. The Government will verify that the proposed radio receives the call and verify that the loaded proposed radio can respond (Pass/Fail.) Announcement Radio call via trunked talkgroup (encrypted): The Offeror will program the test announcement talkgroup into their proposed radio and the Government will program a radio currently in use on RSA with the same announcement talkgroup. The Offeror will load the encryption key into their proposed radio and the Government will load a radio currently in use on RSA with the same key. The Government will initiate a call from the proposed loaded radio to the loaded radio in use on RSA. The Government will verify that the loaded RSA radio receives the call and that the voice is understandable (Pass/Fail.) The Government will initiate a call from the loaded RSA radio to the loaded proposed radio. The Government will verify that the loaded proposed radio receives the call and that the voice is understandable. (Pass/Fail) Announcement Radio call via trunked talkgroup (in the clear): The Offeror will program a test announcement group into the proposed radio and the Government will program a radio currently in use on RSA with the same announcement talkgroup. The Government will initiate a call from the proposed loaded radio to the loaded radio currently in use on RSA. The Government will verify that the radio in use on RSA receives the call and that the voice is understandable (Pass/Fail.) The Government will initiate a call from the loaded radio currently in use on RSA to the proposed loaded radio. The Government will verify that the proposed loaded radio receives the call and that the voice is understandable (Pass/Fail.) The test will be conducted by National Aeronautics and Space Administration (NASA) with the support of contract personnel and witnessed by the Vendor and the Government (Product Director - Land Mobile Radios (PD LMR), Network Enterprise Center (NEC), NASA and Information Systems Engineering Command (ISEC)). There will not be another opportunity to conduct testing after these published dates. Upon conclusion of the test, the Government will document the equipment tested and the compatibility of the equipment. The equipment will be deemed either compatible or non-compatible. Upon receipt of quotes, the equipment being quoted will be verified against the documentation recorded on compatibility testing day to determine responsiveness of the quote. Only quotes offering compatible equipment will be found to be responsive and eligible to be considered for an award. BASIS FOR AWARD: The contract type for this procurement will be firm-fixed price (FFP) with a single award with a 6 month period of performance (six month implementation effort plus 24-month initial warranty and maintenance). In accordance with FAR 12.602, streamlined evaluation procedures will be utilized for this procurement. Award will be made to the Offeror who provides the lowest total evaluated price, who has no adverse past performance information on the Government wide Past Performance Information Retrieval System (PPIRS) and who is deemed responsive. For an Offeror to be determined responsive, the list of equipment on the price worksheet must be tested during the LMR compatibility test day and proved to be compatible with the existing system and equipment at the Redstone Arsenal. The Offeror must also provide a dollar amount for each item (CLIN) on the price worksheet. Failure to complete all items will be basis for a rejection of the quote. Offerors shall submit quotes by completing Attachment 0002-Price Worksheet. Please provide your quote submission to Contract Specialist Kristine Pennock, kristine.s.pennock.civ@mail.mil, with a Carbon Copy (CC) to Contracting Officer Conrad Baker, a.c.baker2.civ@mail.mil no later than (NLT) 12:00 Noon (CT) 30 January 2015. Responses received after the stated deadline will be considered non-responsive and will not be considered. CLAUSES: The following provisions and clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors - - Commercial Items 52.212-3, Offerors Representations and Certifications - - Commercial Items, Alt I (Vendors shall include a completed copy with proposal submission.) 52.212-4 Contract Terms and Conditions - - Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - - Commercial Items The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restrictions on Certain Foreign Purchases 52.239-1, Privacy or Security Safeguards 52.209-7, Information Regarding Responsibility Matters 52.232-40, Providing Accelerated Payments to Small Business subcontractors 252.211-7003, Item Unique Identification and Valuation 52.232-4501, U.S. Army Contracting Command, Rock Island Contracting Center, Implementation of Wide Area Work Flow Receipt and Acceptance for Electronic Processing of Receipt/Acceptance Documents and Payment 52.217-7, Option for Increased Quantity - -Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor anytime from the date of award until the date of System Acceptance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.237-4511Contractor Manpower Reporting LIST OF ATTACHMENTS: Attachment 0001 - Customer Requirements Statement (CRS) Attachment 0002 - Price Worksheet Attachment 0003 - MAX Access Template (Visit Request Form) Attachment 0004 - Q&A PLACE OF PERFORMANCE: Redstone Arsenal, Alabama
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/657f5b622997290d06d421d469b131a5)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03618990-W 20150118/150116234722-657f5b622997290d06d421d469b131a5 (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.