SOLICITATION NOTICE
58 -- LMR Radio and Phones - Coversheet
- Notice Date
- 8/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Butler - MCIPAC-MCBB, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
- ZIP Code
- 96379-2000
- Solicitation Number
- M67400-18-Q-0120-0001
- Archive Date
- 9/19/2018
- Point of Contact
- John duong, Phone: 6458697
- E-Mail Address
-
john.duong@usmc.mil
(john.duong@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- CoverSheet REQUEST FOR QUOTATION 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; quotes are being requested and a written solicitation will not be issued. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This is an OCONUS requirement: FAR 19.000(b) applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20180514. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The Government will award to the responsible offeror with acceptable past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. The Government is soliciting quotes for the purchase of Land Mobile Radio. The Government is willing to accept items quoted either "brand name" or "equal" for CLIN0004 to CLIN0009. The referenced brand name in CLIN0004 to CLIN0009 is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the required coversheet may result in your quote being considered non-responsive by the Government. All materials awarded under this contract are expected to be delivered 30 days after the award. Delivery shall be made to: AC/S G-6 MCB Camp Foster Okinawa, Armed Forces Pacific 901-2100 US Offerors shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. Please see the below for the requirement's details: CLIN0001: LMR Motorola Base Station (Brand Name) Referenced MFR: Motorola Solution Referenced Part number: 01-P37200N002 Qty 1 Each -Shall include all other parts listed below • Part number: L30KSS9PW1AN Qty 1 each • Part number: W382AM Qty 1 each • Part number: L999AB Qty 1 each • Part number: GA00255AD Qty 1 each • Part number: G298AS Qty 1 each • Part number: G843AH Qty 1 each • Part number: GA00236AA Qty 1 Each • Part number: G806BE Qty 1 Each • Part number: CA01598AB Qty 1 Each • Part number: G51AT Qty 1 Each • Part number: G361AH Qty 1 Each • Part number: G996AS Qty 1 Each • Part number: GA00580AA Qty 1 Each • Part number: QA03399AA Qty 1 Each • Part number: GA01767AG Qty 1 Each • Part number: SVC03SVC0124D Qty 800 Subscribers • Part number: TDN9289A Qty 2 Each • Part number: DSSEC412 Qty 1 Each • Part number: DSSL120 Qty 1 Each • Part number: TDN6670A Qty 2 Each • Part number: DSF1APNMNM8 Qty 2 Each • Part number: DDSG1206B2A Qty 2 Each • Part number: DDN1089A Qty 2 Each • Part number: DDN1088A Qty 2 Each • Part number: L1705A Qty 100 Foot • Part number: DSANT140F2 Qty 1 Each • Part number: SVC03SVC0115D Qty 125 Subscribers CLIN0002: APC SMT 1500RM2U UPS (Brand Name) Referenced MFR: APC Referenced Part number: SMT1500RM2U UPS Qty: 003 EA CLIN0003: Telephone (Brand Name) Referenced MFR: Aastra Referenced Part number: M9417CW Qty: 030 EA CLIN0004: CAT 6 Referenced MFR: Black Box or Equal Referenced Part number: EVNSL642-0015-25PAK -Shall be the color Green -Shall be at minimum 15 feet in length -Shall be in a pack of 25 -Shall have a minimum of 550 Mhz -Shall be patch cable -The connectors shall be 2 RJ45 male to male -shall be unshielded twisted pair (UTP) Qty: 010 EA CLIN0005: Aastra M9116 Analog single line phone Referenced MFR: Aastra or equal Referenced Part number: Aastra M9116 Analog single line phone or equal -Shall be able to display call identification information -Shall be hands-free with mute -Shall have at least 8 programmable memory keys -Shall at minimum have 3 adjustable display line -Shall have class message waiting indicator -Shall be on-hook dialing -Shall be compatible with Centrex, PBX or standard telephone service -Shall have last number redial option -Shall be desk and wall mountable -Shall be headset compatible Qty: 005 EA CLIN0006: Dual handset system Referenced MFR: Automated Business Power or equal Referenced Part number: ABP-HEAS-3 or equal -Shall be compatible with AN/URC-200 -Monitor shall receive at least 6 audio transceivers -Shall be able to use splitter and connect to at least 6 speakers -Shall connect to standard 5-pins or 6-pins Handset/headset -Handset/Headset shall be fully functional with or without DC power to the Amplified Speaker -Alternate power source shall be no less than 9 VDC and no more than 36 VDC -Audio band pass at minimum shall be 300 hz to 3,000hz -Shall be wide range of DC power for standard military batteries, vehicle power, aircraft DC power, shipboard DC power, ABP power supplies -Shall be water proof/sand proof/ dust proof -Size shall be at minimum 5.75inch H x 4.25inch W x 2.9inch D (+/-.5inch) Qty: 002 EA CLIN0007: Power Distribution Unit Referenced MFR: Tripp Lite Referenced Part number: PDUMV30HV -Shall have at least 30 AMP -Shall be at least 208V -Shall input a NEMA L21-30 -Shall have an output C13, C19 and 5-20 -Shall be 0 rack unit and be measure in meter Qty: 002 EA CLIN0008: Category 6 cable Referenced MFR: Referenced Part number: -Shall be the color Green -Shall be at minimum 3 feet in length -Shall be in a pack of 25 -Shall have a minimum of 550 Mhz -Shall be patch cable -The connectors shall be 2 RJ45 male to male -shall be UTP Qty: 010 CLIN0009: APC Smart-UPS SRT 3000VA RM 120V Referenced MFR: APC or equal Referenced Part number: SRT3000RMXLA or equal -Output capacity shall be at minimum 2.7Kwatts. 3.0KVA -Output voltage distortion at least less than 2% -Output connections shall be 8 NEMA 5-20R, 1NEMA L5-30R -Shall have 120V Nominal Output -Internal bypass shall be automatic and manual -Power cord shall be at minimum 8ft in length -Recharge time shall be at max 3 hours -Expected battery life shall be at least 3 years -Shall be a multi-function LCD status control panel with control console -Shall have emergency power off option -Surge energy rating shall be at least 340 Joules -Operating temperature shall be at least 32 degree F and no more than 104 degrees F Qty: 001 The following FAR clauses and provisions apply: FAR 52.204-2 Security Requirements (Aug. 19960 FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.209-6 Proctecting the Government's Interest When Subcontracting with Contractors Debarred, Supended, or Proposed for Debarment (Oct 2015) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-4 Contract Terms and conditions - Commercial Items (Jan 2017 FAR 52.212-5 Contract Terms and Conditions Required to Implement Stautes or Executive Orders - Commercial Items (Jan 2017) FAR 52.222-14 Dispute Concerning Labor Standards (Feb 1988) FAR 52.223-18 Encoraging contractor Policies to Ban Text messaging While Driving (Aug 2011) FAR 52.232-1 - Payment FAR 52.232-23 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011), DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014), DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001), DFARS 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)(OCT 2015). DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (JUN 2015), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012), Responsible Offerors must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014). Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/ Offerors are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to John.Duong@usmc.mil NLT 1630 EST on 30 August 2018. Offerors shall submit their response to this RFQ via email to John.Duong@usmc.mil NLT 1630 EST on 4 September 2018. Offerors are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT then the expiration of this RFQ. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-18-Q-0120-0001/listing.html)
- Place of Performance
- Address: Okinawa, Japan, United States
- Record
- SN05058939-W 20180829/180827231702-2209c2dc301513968f5b9a776cb1d591 (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 |