Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
MODIFICATION

58 -- Land Moblie Radio Infrastructure Upgrade

Notice Date
9/26/2006
 
Notice Type
Modification
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-06-R-0052
 
Response Due
9/27/2006
 
Archive Date
9/28/2006
 
Point of Contact
Barbara Untiedt, Contract Negotiator, Phone 210-652-7878, Fax 210-652-5733,
 
E-Mail Address
barbara.untiedt@randolph.af.mil
 
Description
THIS PROPOSED CONTRACT ACTION IS FOR SUPPLIES AND SERVICES FOR WHICH THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE SOURCE UNDER THE AUTHORITY OF FAR 6.301 DUE TO PROPRIETARY DATA. MOTOROLA INC. HOLDS PROPRIETARY DATA RIGHTS TO THE EQUIPMENT NEEDED TO FULLY MEET THE REQUIREMENTS FOR THIS PROJECT IN THEIR LAND MOBILE RADIO (LMR) INFRASTURCTURE UPGRADE FROM DATA ENCRYPTION STANDARD (DES) TO ADVANCED ENCRYPTION STANDARD (AES). THIS EFFORT WILL ALSO REQUIRE WORKING ON SYSTEMS THAT ARE CURRENTLY UNDER WARRANTY AND/OR MAINTENANCE AGREEMENTS. OTHER SOURCES CANNOT UPGRADE THE EXISTING MOTOROLA INFRASTRUCTURE WITH THE AES STANDARD WITHOUT THE PROPRIETARY UPGRADES. AN ALTERNATE CONTRACTOR WOULD NOT HAVE THE PROPERLY TRAINED/CERTIFIED TECHNICIANS AND EQUIPMENT TO ENSURE EXISTING MOTOROLA WARRANTIES/ MAINTENANCE CONTRACTS WOULD NOT BE VOIDED. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. IAW FAR 6.301(D)(2) THE GOVERNMENT WILL CONSIDER ANY PROPOSALS RECEIVED BY THE DUE DATE FOR THIS COMBINED SYNOPSIS/SOLICITATION. A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE THIS PROPOSED CONTRACT IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. ***NOTE 22*** SUBJECT: Request for Technical and Price Proposal; Upgrade existing Motorola LMR infrastructure at eleven AETC bases from the current DES to AES. 1. 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. 2. Solicitation number: FA3002-06-R-0052. This synopsis is issued as a Request for Proposal (RFP). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 dated 4 Aug 2006. 4. This procurement is being conducted using other than full and open competition procedures. The NAICS code for this requirement is 423690; Size Standard is 100 employees. 5. Contract line item is in accordance with Schedule B (see Attachment 2); Quantities are listed on Attachment 2. The contractor shall provide all parts, software, and labor to perform the upgrade of existing AETC LMR infrastructure at eleven bases from the current DES to AES of government owned conventional LMR and Trunked Land Mobile Radio (TLMR) in the following frequency bands 138-150.8, 162-174, and 406.1-420 Megahertz (MHz) in accordance with the Statement of Need (Atch 1). This will be a firm fixed-price contract. 6. Item description is reflected in the Statement of Need (Atch 1). 7. The contractor shall deliver the LMR infrastructure upgrade to HQ AETC/A6PR, Ruby Anderson, 61 Main Circle Suite 2 Randolph AFB TX 78150-4545. Primary Acceptance will be by HQ AETC/A6OO, Judy Alexandria, 61 Main Circle, Ste 2, Randolph AFB TX 78150. Delivery schedule will be 12 months from date of award. 8. FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition (Full Text at Attachment #3). The offeror will include a technical proposal as well as completing Section B (See attachment 2). 9. FAR 52.212-2, Evaluation ? Commercial Items, applies. See attachment 4 for Instructions for Offerors and Evaluation Factors for Award. Electronic procedures will be used for this solicitation. 10. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.301. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received by the due date in item #15 below. A determination by the Government not to compete this proposed contract is solely within the discretion of the Government. 11. Offerors are required to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The contractor also must complete paragraph J of the provisions at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, return this information with your proposal (Full Text at Attachment #3). 12. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition (Full Text at Attachment #3). 13. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders ? Commercial Items, applies to this acquisition (Full Text at Attachment #3). 14. See additional Clauses in Attachment #3. 15. Offers are due by 27 Sep 06, 3:00 PM Central Standard Time. Send originals and copies of your technical and price proposal as indicated in Attachment 4 to: AETC CONS/LGCD, Attn: Barbara Untiedt, 2021 First Street West, Randolph AFB TX 78150-4302. 16. If you have any questions regarding this requirement, please contact Barbara Untiedt at 210-652-7878 or Therese Newbauer at 210-652-7878 or by e-mail to mailto:barbara untiedt@randolph.af.mil AND mailto:therese.newbauer@randolph.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-06-R-0052/listing.html)
 
Place of Performance
Address: 11 AETC Bases located in: Columbus AFB, MS Maxwell AFB, AL Gunter Annex, AL Sheppard AFB, TX Tyndall AFB, FL Lackland AFB, TX Randolph AFB, TX Medina Annex, TX Altus AFB, OK Goodfellow AFB, TX Little Rock AFB , AR
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01155535-F 20060928/060926223423 (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 |
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.