Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
MODIFICATION

N -- Installation of HV and VHF mobile radios in fully armored vehicles.

Notice Date
7/27/2004
 
Notice Type
Modification
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMPD-04-D-0082
 
Response Due
8/2/2004
 
Archive Date
8/17/2004
 
Point of Contact
Deborah Carey, Contract Specialist, Phone 703-875-4229, Fax 703-875-6085,
 
E-Mail Address
careyda@state.gov
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation SAQMPD-04-D-0082 is issued as a request for proposal (RFP). The following provisions and clauses are incorporated into this RFP by reference and are in effect through Federal Acquisition Circular 2001-18, dated 12/11/2003. No addenda apply to these provisions and clauses. FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (needs to be completed and returned with quote); 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; (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). __ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). XX(16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). __ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (21)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (22) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (23)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (24) 52.225-5, Trade Agreements (June 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (27) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). XX (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (32) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (33) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. No additional FAR clauses apply. This requirement is not a small business set-aside. The NAICS code for this requirement is 811213. In accordance with FAR 52.212-2, Evaluation, Commercial Items, the Government will award an indefinite delivery indefinite quantity contract to multiple vendors resulting from this solicitation to the responsible offerors whose offer is conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The period of performance for this IDIQ will be for a base year and two option years. Please provide pricing for all three IDIQ contract years. The following factors will be used to evaluate offers; (I) technical capability in meeting the Government requirement; (II) past performance (must submit three relevant past performance references, including contract numbers, points of contact/phone numbers) and (III) price. THIS REQUIREMENT IS FOR THE INSTALLATION OF MOTOROLA HF AND VHF MOBILE RADIOS IN HEAVY ARMORED VEHICLES. INSTALLER MUST BE MOTOROLA CERTIFIED. STATEMENT OF WORK: TASK PURPOSE: IRM is responsible for all communication services for the Department of State domestically and overseas. TASK OBJECTIVE: The purpose of this task order is to establish a contract agreement with a firm that can provide Motorola qualified HF and VHF mobile radio installation on fully armored U.S. Department of State vehicles. Scope of Work: IRM has an urgent requirement for the services of a qualified Motorola mobile radio installation contractor support to provide the installation of HF and VHF mobile radios in U.S. Department of State vehicles. Radios will be provided by the U.S. Government, miscellaneous installation materials and expected tools of the trade, will be provided by the contractor, e.g. cabling. Additionally, if the radio installation is completed at the contractor?s site, the contractor will need to pick-up and deliver the vehicles via a USA licensed driver, 18 years or older, with proven experience driving fully armored vehicles or via appropriate truck or trailer. Insurance will be the responsibility of the contractor. Description of Work: The contractor shall install a minimum of 8-100 HF radio systems and 8-100 VHF radio systems in heavily armored vehicle units at a designated government facility or, as necessary, at the contractor?s site. The contractor shall perform radio system installations, which will include, unpacking component inventory, installation, system testing, operational testing and documentation by site, test and acceptance report development/completion and clean-up/removal of the installation refuse. As an example, Mobile systems are comprised of Motorola/MOBAT MICOM 2TS transceivers inter-connected through the MICOM F2265 Automatic Antenna Tuner to the coupler on the SGC (SG-303) whip antenna. A government subject matter expert will provide briefings to the radio installers to give guidance on the installation practices found most efficient for this type of heavy armor installation. SECURITY REQUIREMENTS: No security clearance is required. Identification/Building Pass: The contractor will be provided a temporary building pass and escort by designated Department of State employees. All contractor employees shall wear the passes in plain sight at all times while in Department of State buildings. PLACE OF PERFORMANCE: The Contractor will perform all activities under this task order at an U.S. Government site, contractor site, or as specified by the government Task Manager. The principal place of performance will be at the government site. Contractor personnel may also be required to travel to other CONUS sites on short notice as requested and directed by the U.S. Government Task Manager. The Contractor understands that travel reimbursements will be in accordance with Government Travel Regulations including but not limited to airfare, lodging per diem, taxi, parking, and mileage reimbursements. TIME OF PERFORMANCE: The base period of performance for this IDIQ contract shall commence on the date of issuance for twelve months, with two option years. Normal work hours will be 7:00 a.m. through 4:00 p.m. The workweek will normally be 5 days, Monday through Friday, minus any Federal holidays; however, shift and weekend work may be required. In most cases a 24-48 hour notice will be provided for installation. In rare, more urgent times, notice will be less than 24 hours. ACCEPTANCE CRITERIA: Work performed will be evaluated for quality, timeliness, and professionalism each day. If unacceptable, performance feedback will be provided. GOVERNMENT FURNISHED PROPERTY: The Department of State will make available to the contractor the HF and VHF mobile radios and ancillary equipment. STANDARDS: The Contractor shall insure all work is completed in accordance with U.S. Government and DoS standards, policy, procedures and guidelines as provided. AMENDED PORTION OF NOTICE: TYPES OF VEHICLES INVOLVED IN THE INSTALLATION SERVICE OF MOTOROLA RADIOS INTO HEAVY ARMORED VEHICLES ARE SUBURBAN'S, EXPEDITION'S, AND LAND CRUISER'S BUT MAY INCLUDE OTHERS THAN JUST THE THREE LISTED HERE IN THIS NOTICE.
 
Place of Performance
Address: Springfield, Virginia or vendor's place of business.
Zip Code: 22153
Country: USA
 
Record
SN00631079-W 20040729/040727211838 (fbodaily.com)
 
Source
FedBizOpps.gov 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.