Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

58 -- Portable Motorola Replacement Radios - TIERED EVALUATIONS

Notice Date
5/14/2020 5:37:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0370
 
Response Due
5/20/2020 12:00:00 AM
 
Archive Date
07/19/2020
 
Point of Contact
Caroline L. Robinette, Contracting Officer Caroline.Robinette@va.gov
 
E-Mail Address
Caroline.Robinette@va.gov
(Caroline.Robinette@va.gov)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Police Service Portable Radio Replacement TIERED EVALUATIONS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. It is the Government s intent to award a Firm Fixed Price purchase order as a result of this RFQ. Award of the purchase order is subject to the availability of funds. Quoters should ensure that quote(s) submitted in response to this Combined Synopsis Solicitation do not expire prior to November 30, 2020. (ii) The solicitation number is 36C24420Q0370 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06 Dated 05/06/2020. (iv) This solicitation is set aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; ad (4) large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The associated NAICS code for this requirement is 339112 which has a small business size standard of 1,000 employees. (v) Schedule of Requirements/CLINS (vi) Statement of Need and Salient Characteristics GENERAL INFORMATION Title of Project: LVAMC Police Service Portable Radio Replacement Scope of Work: The Department of Veterans Affairs (VA), Lebanon VA Medical Center (LVAMC), located at 1700 S. Lincoln Ave, Lebanon, PA 17042, has a requirement for a reliable portable radio system for law enforcement, security, safety and critical incident management. Background: VA Police Service radios have reached the end of their service life. The radios are in need of replacement. The current radio model currently in use is the APX 7000. This model radio is no longer available through Motorola. The replacement model is the APX 8000. Motorola radios are the preferred brand for utilization by the Service. Performance Period: Within 45 days of award of contract. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick-off meeting or has advised the contractor that a kick-off meeting is waived. C. GENERAL REQUIREMENTS The vendor shall provide all labor, equipment, tools, materials and other items necessary to ensure the portable radios are fully operational. The quote for the scope of the project consists of the following: Line # Descriptions 1 APX 8000 All Band Portable Radios Including: All-Band Antenna, Battery, Plastic Case 2 Smart Zone Operations 3 P25 9600 Baud Trunking 4 TDMA Operations 5 Programming Over P25 (OTAP) 6 Multikey 7 Astro Digital CAI Operation 8 1 Year Essential Service Plan 9 AES Encryption (for 34 Radios Only) 10 Delete UHF Band 11 Battery Impress 2 LION R IP67 3400T INSTALLATION - The Vendor shall provide a system Installation Plan (IP) to the Contracting Officer Representative (COR) for approval prior to the start of work. The COR shall approve the IP and return the Vendor. The Installation Plan shall include estimated timeline of start and completion and estimate unexpected delays/lead time. D. VENDOR RESPONSIBILITIES: The contractor shall be responsible for the following: Vendor shall provide qualified personnel to complete the programming of, setting the encryption and TDMA operation. Vendor is responsible for ensuring the proper disposal of all debris generated from installation activities. Vendor is responsible for securing all materials, equipment and tools while on government property or in government facility. Government is not liable for any lost or stolen items that are not properly secured. E. GOVERNMENT RESPONSIBILITIES: The Government will provide the following: Provide site access and escorts, as required, in the Police Operations area(s). Provide adequate space for the system equipment F. OTHER CONSIDERATIONS: CONTRACTING OFFICER REPRESENTATIVE (COR): The Contracting Officer Representative shall be the technical point of contact for all work related requirements. The COR does not have authorization to change, alter, or remove any requirements stated in the performance work statement. The Contracting Officer is the only government authorized person to change the performance work statement or any resultant contract. PLACE OF PERFORMANCE: Installation of the Police portale radios shall occur at the LVAMC, Lebanon, Pennsylvania. WORK HOURS: Operational Hours are 0730-1600, Monday-Friday DELIVERY: All deliveries shall be coordinate with the COR before arrival. Failure to coordinate delivery will be grounds to refuse delivery. (vi) CLIN Schedule ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 46.00 EA __________________ __________________ APX 8000 All Band Portable H91TGD9PW6AN 0002 46.00 EA __________________ __________________ Smartzone Operation H38BS 0003 46.00 EA __________________ __________________ 925 9600 Baud Trunking Q361AN 0004 46.00 EA __________________ __________________ TDMA Operation QA00580AA 0005 46.00 EA __________________ __________________ Programming over P25 (OTAP) G996AP 0006 46.00 EA __________________ __________________ Multikey H869BW 0007 46.00 EA __________________ __________________ Astro Digital CAI Operation Q806CB 0008 34.00 EA __________________ __________________ AES Encryption Q629AH 0009 46.00 EA __________________ __________________ BATT IMPRES 2 LIION R IP67 3400T PMNN4486A 0010 46.00 EA __________________ __________________ 1 YR ESSENTIAL SERVICE 0011 46.00 EA __________________ __________________ Single Unit Packing 0012 46.00 EA __________________ __________________ Delete UHF Band GRAND TOTAL __________________ (vii) All items shall be delivered to the following location: Lebanon VA Medical Center Attn: Paul Morin, Deputy Chief of Police 1700 South Lincoln Avenue Lebanon, PA 17042 Delivery of items shall occur with 45 days after receipt of order (ARO). (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Quoters shall provide an itemized quote that includes firm pricing for all CLINs, delivery timeframe, quote expiration date, and documentation of authorized distributor status. Award of the resultant purchase order from this Combined Synopsis Solicitation is subject to the availability of funds. Quoters shall ensure that quote(s) submitted in response to the Combined Synopsis Solicitation do not expire prior to November 30, 2020. This is an open-market combined synopsis/solicitation for equipment as defined herein.��The government intends to award a firm fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). 52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998) 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): https://www.acquisition.gov/ 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) (End of provision) (ix) Evaluation of this requirement will be based on PRICE and PAST PERFORMANCE. Evaluations will be completed using Tiered Evaluations Including Large Business Concerns: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; ad (4) large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/far 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.246-71 Rejected Goods (OCT 2018) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2019) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to Caroline.Robinette@va.gov and received no later than 12:00 P.M. EST on Wednesday, May 20, 2020. Quote may be submitted on this document or the vendor s own form. Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Caroline.Robinette@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contracting Officer, via email to Caroline.Robinette@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c2731cb203194e2cae33980735142e6d/view)
 
Place of Performance
Address: Deliver To: Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA 17042
Zip Code: 17042
 
Record
SN05658112-F 20200516/200514230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.