SOLICITATION NOTICE
58 -- TruLink Wireless Intercommunication System
- Notice Date
- 9/6/2024 12:24:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
- ZIP Code
- 33039-1299
- Solicitation Number
- FA6648-24-Q-0018
- Response Due
- 9/12/2024 1:00:00 PM
- Archive Date
- 09/13/2024
- Point of Contact
- Gleybis Carrera, Phone: 7864157471, TAHJ GILFORD
- E-Mail Address
-
gleybis.carrera.1@us.af.mil, TAHJ.GUILFORD.2@US.AF.MIL
(gleybis.carrera.1@us.af.mil, TAHJ.GUILFORD.2@US.AF.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation Number, FA6648-24-Q-0018, is hereby issued as a Request for Quote (iii) This solicitation document and incorporated provisions and clauses are in effect through: Federal Acquisition Circular FAC 2024-03; Defense Federal Acquisition Regulation Supplement Public Notice 20230929; Department of the Air Force Federal Acquisition Regulation Supplement 2024-0612 (iv) This combined synopsis/solicitation is�set-aside 100% for small business.� The North American Industrial Classification Standard�334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing�applies to this solicitation; business size standard is�1250 Employees.� (v) Homestead Air Reserve Base has a requirement for plans to issue a Firm-Fixed Price (FFP) Purchase Order (PO) with an anticipated award date of No Later Than (NLT) 30 September 2024 for the following BRAND NAME ITEMS: CLIN 0001: Trulink Suite which includes the BRAND NAME ITEMS listed below: Description� � � � � � � � � � � � � � � � Part Number� � � � � � � � � � � � � Quantity�������� Unit of Issue DPT� � � � � � � � � � � � � � � � � � � � � � �780-1000-003-CF0095-M23� � � � � � � �3� � � � �Each TPT� � � � � � � � � � � � � � � � � � � � � � � 780-1000-001-CF0095-M25����������� 24� � � � �Each PIC� � � � � � � � � � � � � � � � � � � � � � � �JB6856-M12� � � � � � � � � � � � � � � � � � � 3� � � � �Each DPT Headset Cable� � � � � � � � � � CC6658-M7� � � � � � � � � � � � � � � � � � � � 3� � � � �Each TPT Pouch- Camo Color� � � � � � T8105-0001-009� � � � � � � � � � � � � � � � �7� � � � � Each DPT Nose Wheel Bag� � � � � � �T8105-0001-004� � � � � � � � � � � � � � � � � � �3� � � � � Each Shipping� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1� � � � � �Each *Award of this purchase order will be subject to availability of funds. *Quote must be valid for a minimum of 30 Days. *Quote must include shipping fees (if applicable). Delivery: FOB Destination Shipping Address: FB6648� 482 LRS LGR CP 305 224 7654 29200 WESTOVER ST HOMESTEAD AFB, FL 33039���� (vi) TruLink Wireless Intercommunication System shall meet the following description and salient characteristics: DUAL PORTABLE TRANSCEIVER (DPT) � Used as a portable interface to an existing wired ICS TRULINK PORTABLE TRANSCEIVER (TPT) � Standard TruLink transceiver PLATFORM INTERFACE CABLE (PIC) � Cables that create an interface from a DPT to a�variety of air, land and sea platform DPT HEADSET � Headset DPT compatible TPT POUCHES -� Compatible withTPT - Color: Camo DPT NOSEWHEEL BAG -�Safely holds a DPT and PIC cable while attached to an aircraft TECHNICAL SPECIFICATIONS FOR THE STANDARD TPT: � TruLink Portable Transceiver size (without antenna):6.1 l x 2.9 w x 1.9 d (in.) TPT weight: 11 oz. (with 3 AA batteries) �Operating time: 8 hours Frequency: 2.4 GHz Range: up to 2,500 ft. (line-of-sight) Operating temperature: -40�C to +55�C Spread spectrum: frequency hopping, 50 hops per sec. Number of channels: 100 Number of users per channel: 31 (6 simultaneous speakers) MIL-STD-810F: Environmental Engineering and Laboratory Test MIL-STD-704A: Aircraft Electric Power Characteristics MIL-STD-464: Electromagnetic Environmental Effects Requirements MIL-STD-461E: Control of Electromagnetic Interference, Characteristics of Subsystems�and Equipment Hazards of Electromagnetic Radiation to Ordnance (HERO approved) *** The provision at 52.212-1�Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition. **** �As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation: ADDENDUM TO FAR 52.212-1 Quotation Instructions: Quotes, attachments, and all other correspondence must be emailed directly to Contracting Officer, Gleybis Carrera, at� gleybis.carrera.1@us.af.mil. Email confirmation will be provided upon receipt of quote. Please provide the following information with your quote:� Vendor Information: Company Name Unique Entity ID (UEI) Number Cage Code Point of Contact (name, phone, and email address) Socioeconomic status Estimated Delivery Date expressed in number of days or weeks from the Date of Contract Award Payment Terms/ Discounts (if applicable) Warranty. Must state if no warranty is being provided. Date quote Expires In order for an Offeror to be considered for award, the Offeror must be registered in system for Management Award (SAM) at www.sam.gov. If the vendor is not registered and ACTIVE, the vendor cannot receive an award. 2. Price: Offerors shall submit their firm fixed-price quote. Price will include equipment and shipping. *Vendor agrees to hold the prices in its quote for a minimum of 30 calendar days. 3. Technical Information: Offeror shall clearly show and demonstrate the company�s technical ability to meet the Government requirement. Offeror shall either submit a capability statement or documents that clearly show the Offeror is capable of meeting the Government�s requirements. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. The amendments will be issued in sam.gov. The offeror shall acknowledge all amendments issued. Questions Due Date: 10 September 2024 Questions Due Time: 10:00 AM EST All questions are to be submitted to Contracting Officer, Gleybis Carrera, at gleybis.carrera.1@us.af.mil AND Contracting Specialist, Tahj Guilford, at tahj.guilford.2@us.af.mil Responses to Question, if applicable, will be posted by 10:00 AM EST on 11 September 2024.� Request for Quote (RFQ) Due Date: 12 September 2024 Request for Quote (RFQ Due Time:�4:00 PM EST Quotes must be sent directly to Contracting Officer, Gleybis Carrera, at gleybis.carrera.1@us.af.mil AND Contracting Specialist, Tahj Guilford, at tahj.guilford.2@us.af.mil Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. Email confirmation of receipt of questions and/or quote will be provided by either the Contracting Officer or Contracting Specialist. ***The provision at 52.212-2 -- Evaluation � Commercial Products and Commercial Services applies to this acquisition. *** As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation: ADDENDUM to FAR 52.212-2 Basis for Contract Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to be the Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: Evaluation Factors. Factor 1, Price: The Government will evaluate the total proposed price. Price will be evaluated for fairness and reasonableness in accordance with FAR 13.106-3. Price is considered the most significant factor, but not the only factor, in the award decision. Factor 2, Technical Acceptability: The Government will evaluate the technical acceptability of the quoted item(s) based on the offeror�s ability to meet the requirements outlined in the solicitation. The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical information provided with their quote. Technical Evaluation will be conducted on a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quote must be rated as technically acceptable to be eligible for award. (Your quote package MUST clearly show and demonstrate your company's ability to meet the stated requirements outlined in this solicitation. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All quotes will be evaluated on their proposed Total Price. If the initial lowest price quote is found to be technically acceptable, award will be made to that vendor. If the lowest is found not technically acceptable, this process will continue until a quote is deemed lowest price technically acceptable.� Only one award will be made under this solicitation. Award will be made to the responsible offeror whose quote represents the lowest priced technically acceptable. � Only one award will be made under this solicitation.� The government intends to issue a purchase order without discussions; however, the government reserves the right to conduct discussions if deemed in the Government�s best interest. By submission of its quote, the offeror agrees to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to adhere to all solicitation requirements may result in an offer being determined unacceptable and ineligible for further evaluation. Notice of Award. A written notice of award or acceptance of a quote, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, 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. Additional Clauses and Provisions The full text of these clauses and provisions may be assessed electronically at the website: https://www.acquisition.gov/ .�� All Clauses and Provisions incorporated in Attachment 1, Additional Provisions and Clauses apply to this requirement.� Attachments: Attachment 1, Additional Provisions and Clauses Attachment 2, Brand Name Justification
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f48e9146f7404d5fa8db00a51eaad8c3/view)
- Place of Performance
- Address: Homestead, FL 33039, USA
- Zip Code: 33039
- Country: USA
- Zip Code: 33039
- Record
- SN07201977-F 20240908/240906230118 (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 |