Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

36 -- Interface of Existing Stand Alone 5-Channel Trunked Land Mobile Radio IntelliRepeater Site at Randolph AFB with the Lackland AFB SmartZone Controller and Maintenance Coverage

Notice Date
3/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3PF2X5034A1
 
Response Due
3/28/2005
 
Archive Date
3/29/2005
 
Description
The 12TH Contracting Squadron at Randolph AFB intends to award a sole source contract to Motorola Inc., U.S. Federal Government Market Division, 7031 Columbia Gateway Drive, 3RD Floor, Columbia, MD 21046-2289, in accordance with FAR Part 6.302. Award will be made in accordance with FAR Part 12 using Simplified Acquisition Procedures (SAP). 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 number F3PF2X5034A1 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. The SIC Code is 3663, the NAICS code is 334220, and the size standard is 750 employees. The contract is for the interface of the existing Stand Alone 5-Channel Trunked Land Mobile Radio (TLMR) IntelliRepeater Site at Randolph AFB with the Lackland AFB SmartZone Controller and Maintenance Coverage for one year from the date of installation and acceptance by the Government. The Lackland SmartZone system provides radio frequency (RF) coverage to Lackland and Medina Annex and with this interface, will provide additional coverage at Randolph AFB. System subscribers on Lackland, Medina Annex, and Randolph will be capable of maintaining continuous communications while roaming throughout the TLMR system coverage area. The system will automatically switch between sites while users roam within the coverage area of the entire TLMR system. The contractor shall provide the equipment and installation services required for the interface. Award is anticipated on or about 2 May 05 and Period of Performance will start 120 days after award. Invoices for supplies/services rendered under a contract awarded in support of this synopsis shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF). The vendor receiving the contract shall self-register at the web site https://wawf.eb.mil, NO EXCEPTIONS. Vendor training is available on the Internet at http://wawftraining.com. For more information, call 1-866-618-5988. Interested persons may express their interest and capability to respond to the requirement or submit proposals within seven (7) calendar days after date of publication of this notice of intent. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsitehill.af.mil Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision are as follows: (1) Conformance to the Statement of Work (SOW) (Technical Proposal), (2) Price (Price Quote), (3) Past Performance and (4) Method of Billing, i.e. if separate billing will be submitted after each piece of equipment is received; if billing will be submitted after all equipment is received, if separate billing will be submitted after each individual service is provided, if separate billing will be submitted after all services are provided, etc. The Method of Billing will assist in structuring the CLINs upon contract award and potentially expedite payment. Factor One (1) has a greater weight than Factor Two (2). Factor Two (2) has greater weight than Factor Three (3) and Factor Three has a greater weight than Factor Four (4). The resultant single award shall be placed with the offeror that represents the best value to the Government. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.219-1, Small Business Program Representations, and Alternate I, which can be found at http://www.arnet.gov/far applies. Note that Representations and Certifications can be found at http://orca.bpn.gov/publicsearch.aspx. In the event Representations and Certifications are not on file, offerors will make their Representations and Certifications available to the Contracting Officer upon request. 52.212-4, Contract Terms and Conditions- Commercial Items are applicable and paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: Administrative changes such as paying office, appropriation data, etc. 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.204-7, Central Contractor Registration, 52.212-1, Instructions to Offerors-Commercial Items, 52.219-14, Limitations on Subcontracting, 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration. 52.222-41, Service Contract Act of 1965, as Amended, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification, 52.252-2, Clauses Incorporated by Reference (Feb 1998). DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items (requires certification) and DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003 Electronic Submission of Payment Requests. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DOD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit a quote. Quotes are due not later then 4:30 P. M., Central Standard Time (CST), 28 Mar 2005 and should reference the solicitation number listed above. Offerors must include with their quote, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, 52.219-1, Small Business Program Representations, and Alternate I, Small Business Program Representation, DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items and DFARS 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items. Past performance information shall include a list of five (5) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last three years. Furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, address, FAX number, e-mail address, and telephone number of the Contracting Officer, (8) Comments regarding any known performance deemed not acceptable by a customer. Past performance information and quotes shall be forwarded to the attention of Lawrence Henderson, via e-mail to lawrence.henderson@randolph.af.mil or fax (210) 652-2759 not later than 4:30 P. M. (CST) 28 Mar 2005. Contact the above point of contact for a copy of the Statement of Work. Note: e-mail is the preferred method for receiving this information.
 
Place of Performance
Address: 12 Contracting Squadron, 395 B Street West, Suite 2, Randolph AFB TX
Zip Code: 78150-4525
Country: USA
 
Record
SN00772457-W 20050323/050321211841 (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  © 1994-2020, Loren Data Corp.