Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
MODIFICATION

58 -- Motorola LMRs

Notice Date
9/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-15-T-0063
 
Archive Date
10/8/2015
 
Point of Contact
Elric A. Manville, Phone: 5757846072, Amari L. Holmes, Phone: 5757846071
 
E-Mail Address
Elric.manville@us.af.mil, amari.holmes@us.af.mil
(Elric.manville@us.af.mil, amari.holmes@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
*Notice to Offerors: Funds are not presently available for this project and no award will be made under this solicitation until funds are available. Bid acceptance period should be vaild through 30 Sep 15. Due to budget uncertainty, the government reserves the right to cancel this solicitation, either on or before 30 Sep 15, with no obligation to the offeror by the government.* 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 and Defense Change Notice 20150826. 3) The standard industrial classification code is 5820, NAICS is 334220, Small Business Size Standard for this NAICS code is 750 employees. a) CLIN 0001 (1 Lot) - Please see attached item list. 5) These requirements are now OR Equal Radios desired must be compatible with a Base P25 motorola network Extremely Rugged for Field Use - meets MIL-STD-810G for durability and certified for more stringent tests of 1.5-meter drop to concrete Instant Recall- allows user to replay last transmission Active Noise Cancellation - with dual microphones for users in noisy environments Lightweght in design Certified for immersion of 2 meters for 4 hours 6) Delivery shall be F.O.B. Destination to: Samuel Upton 727 SOAMXS/ 3rd AMU 511 North Torch Ave. CANNON AFB, NM 88103 Delivery Date: 30 Days ARO The following provisions applies to this acquisition: FAR 52-204-7 System for Award Management FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Atlantic Signal AFSOC custom headsets. All offers will be ranked according to the total evaluted price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. FAR 52.2919-1 Small Business Program Representations Alt 1 FAR 52.222-22 Previous Contracts and Compliance Reports FAR52.222-25 Affirmative Action Compliance FAR 52.225-18 Place of Manufacture FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR - http://farsite.hill.af.mil/vffara.htm DFARS - http://farsite.hill.af.mil/vfdfara.htm AFFARS - http://farsite.hill.af.mil/vfaffara.htm (End of Provision) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011 Alternative Line Item Structure The following FAR clauses applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35 Equal Opportunity for Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Veterans), FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management, FAR 52.243-1 Changes - Fixed-Price, FAR 246-2 Inspection of Supplies - Fixed-Price, 52.246-16 - Responsibility for Supplies The following DFARS clauses cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Agency Office of the Inspector General DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7006 Billing Instructions DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252-225-7001 Buy American and Balance of Payments Program DFARS 252-225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea - Basic The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 7) Quotes must be signed, dated and submitted by 23 Sep 2015, 1000hrs, Mountain Standard Time. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: A1C Elric Manville Elric.Manville@us.af.mil Alternate: SrA Amari Holmes Amari.Holmes@us.af.mil 8) For further inquiries, please email the POC's listed above or the Contracting Officer, TSgt April Thomas - April.Thomas.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-15-T-0063/listing.html)
 
Place of Performance
Address: Cannon AFB, Clovis, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN03895972-W 20150923/150921235343-90d19cfcf65d61485fcbe567f01f5c6e (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.