Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

58 -- Motorola Land Mobile Radios - Combo LMR

Notice Date
5/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other 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
FA4855-17-R-0013
 
Archive Date
6/16/2017
 
Point of Contact
Ryan Zasso, Phone: 575-784-4409, Elias A. Campos, Phone: 5757842815
 
E-Mail Address
ryan.zasso@us.af.mil, elias.campos.1@us.af.mil
(ryan.zasso@us.af.mil, elias.campos.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation For LMR i) 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 contitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii) This is a Request for Quotation (RFQ), solicitation number FA4855-17-R-0013. iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 and Defense Change Notice 20161222. (iv) This acquistion is set-aside 100% for Small Business. The NAICS code is 334290 and the Small Business Size Standard for this NAICS code is 750 employees. (v) This is a Brand Name requirement for a Motorola Land Mobile Radios (LMR) and accessories.: a) CLIN 0001 APX UHF R1 MODEL 2.5 PORTABLE (Quantity: 20 ea) b) CLIN 0002 ASTRO DIGITAL CAI OPERATION (Quantity: 20 ea) c) CLIN 0003 ASTRO 25 OTAR W/MULTIKEY (Quantity: 20 ea) d) CLIN 0004 AES ENCRYPTION (Quantity: 20 ea) e) CLIN 0005 3 YEAR SERVICE FROM THE START LITE (Quantity: 20 ea) f) CLIN 0006 TIA4950 BATT IMPRES 2 LIION 2650MAH (Quantity: 20 ea) g) CLIN 0007 EXTREME 1-SIDED NOISE REDUCTION (Quantity: 20 ea) h) CLIN 0008 SMARTZONE OPERATION (Quantity: 20 ea) i) CLIN 0009 P25 9600 BAUD TRUNKING (Quantity: 20 ea) j) CLIN 0010 PROGRAMMING OVER P25 (OTAP) (Quantity: 20 ea) k) CLIN 0011 CHR IMPRES DISP MULTI-UNIT (Quantity: 6 ea) l) CLIN 0012 CHR IMP SUC EXT US/NA/CA/LA (Quantity: 6 ea) m) CLIN 0013 PROGRAMMING, TEXT & ALIGNMENT CABLE (Quantity: 2 ea) n) CLIN 0014 BATT IMPRES 2 LIION TIA4950 RIP68 2650T (Quantity: 10 ea) (vi) Description: In accordance with the attached brand name justification, only the brand name parts listed above will be accepted. Delivery date must be no later than 30 Days ADC, or earlier. (vii) Delivery shall be F.O.B. Destination to: Michael King Melrose Air Force Range 3771 Sun Dale Valley Rd Floyd, NM 88118 (viii) A statement that the provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following is included as an addendum to 52.212-1: All quotes must contain unit and extended prices from the CLINS listed in paragraph v of this RFQ. Multiple awards are not anticipated, but the Government reserves the right to consider multiple awards during evaluation. Proposals containing additional CLINS outside CLINS listed in paragraph v will be considered nonresponsive and not considered for award. If additional items are proposed, offerors must include those items as a part of the CLINS provided. Compliance with the following clauses and provisions are expected in both the submittal of quotations and in performance of the contract. Note: if selected for award, an awardee is required to comply with any additional clauses that may be required in accordance with the Federal Acquisition Regulation upon contract acceptance. The following provisions also apply: FAR 52.252-1, Solicitation Provisions Incorporated by Reference: full text provisions can be found at http://farsite.hill.af.mil DFARS 252.204-7004 Alternate A, System for Award Management. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: 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: Price Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Descriptions stated above in section v, the stated Delivery Date of 30 Days ADC, and Quality Products (products brochures and/or products data shall be attached to the price proposal). All offers will be ranked according to the total evaluated 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) (x) All offerors must complete and submit the provision at FAR 52.212-3 Offeror Representations and Certifications --Commercial Items, or its electronic equivalent. All offerors must complete the following provision and include it with any quotes submitted: BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation. Evaluation. The Government- Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. Certifications and identification of country of origin. For all line items subject to the Buy American and Balance of Payments Program Basic clause of this solicitation, the offeror certifies that- Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) Submitted and Certified, (xi) The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) 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 52.204-10 Reporting Executive compensation and First-Teir Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-14, Limitations on Subcontracting, 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 52.222-36 Equal Opportunity for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons, 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. (xiii) The following terms and conditions also apply: FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 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 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.246-16 Responsibility for Supplies FAR 52.252-2 Clauses Incorporated by Reference: full text clauses can be found at http://farsite.hill.af.mil FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7035 Buy American-Free Trade Agreements --Balance of Payments Program Certificate DFARS 252.225-7036 Alternate I Buy American-Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7006 Wide Area Workflow Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commerical Items DFARS 252.247-7023 Transportation of Supplies by Sea AFFARS 5352.201-9101 Ombudsman: Local POC and contact information will be provided upon request. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii) Quotes must be signed, dated and submitted by 01 June 2017, 1500 hrs, Mountain Daylight Time. All quotes for commercial items MUST be submitted with a Buy American Certificate in accordance with DFARS 252.225-7000. 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 Ryan Zasso- ryan.zasso@us.af.mil Alternate: Amn Elias Campos- elias.campos.1@us.af.mil For further inquiries, please email the POC's listed above and the Contracting Officer, TSgt Christopher Davalos - christopher.davalos@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-17-R-0013/listing.html)
 
Place of Performance
Address: Michael King, Melrose Air Force Range, 3771 Sun Dale Valley Rd, Floyd, New Mexico, 88118, United States
Zip Code: 88118
 
Record
SN04520145-W 20170526/170524234740-d3b2b5f8b5e86cae7bd248383362561d (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.