Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2008 FBO #2457
SOLICITATION NOTICE

W -- LEASING OF A MOTOROLA 6.X TRUNKED SYSTEM

Notice Date
8/16/2008
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108Q0189
 
Response Due
8/21/2008
 
Archive Date
9/5/2008
 
Point of Contact
Frances Lear 910-451-1578
 
Small Business Set-Aside
N/A
 
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 number M67001-08-Q-0189 is a request for quotation (RFQ) and this procurement will be conducted in accordance with FAR Subpart 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DFARS Change Notice DCN 20080721. This is an unrestricted procurement and the associated NAICS code is 334220. The Government requires the following supplies/services: CLIN 0001: This requirement is for the leasing of a Motorola Trunked System. The Motorola Trunked System will include the following equipment and services: a 6.x380 MHZ Trunked 5 Channel Radio System to be located at MCAS Beaufort, SC; A 6.x380 MHZ Trunked 5 Channel ISR Site to be located at Parris Island; a 6.x380 MHZ Trunked 4 Channel ISR Site to be located at Laurel Bay; A basic MotoBridge with a UHF and 800 Trunked XTS5000 radio integrated into the MotoBridge located at MCAS Beaufort with the Trunked System; and installation, optimization, and subsequent Maintenance Support Services. Please see Attachment 1 for the brand name justification. The date of delivery shall be 08 September 2008 for a period of one (1) year. It is the intent of the Government to award a firm fixed price contract pursuant to FAR 12.207(a). The period of performance shall be for a period of twelve months. The following clauses and provisions are applicable to the requirement: FAR 52.201-1, Definitions (Jul 2004); FAR 52.212-1, Instructions to Offers - Commercial Items (Nov 2007); FAR 52.212-2, Evaluation Commercial Items (Jun 2008). The basis for award is Lowest Price Technically Acceptable (LPTA). Award will be made to the lowest price, technically acceptable vendor who demonstrates relevant and satisfactory past performance. Technical acceptability will be based on the quoter meeting the specifications listed in the synopsis/solicitation and the delivery date of 08 September 2008. The Government reserves the right to not check past performance if the quote is from a vendor well known within the industry and/or is known by this Government Office. FAR Clause 52.217-8, Option to Extend Services (Nov 1999) is applicable. FAR 52.212-3, Offer Representation and Certifications-Commercial Items (Jun 2008), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. A quoter shall complete only paragraph (k) of this provision if the quoter has completed the annual representations and certificates electronically at http://orca.bpn.gov. If a quoter has not completed the annual representations and certifications electronically at the ORCA website, the quoter shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2008), to include the following clauses listed at paragraph 52.212-5 (b): (1) (16) (17) (18) (19) (20) (21) (22) and paragraph (c)(1); Addenda for paragraph (c) as follows: Changes/Modifications to this requirement will be in accordance with FAR 52.243-1, Changes Fixed Price; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-7, Anti-Kickback Procedures (Jul 1995); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), applies with the following clauses applicable for paragraph (a): 52.203-3 Gratuities (APR 1984); and applies with the following clauses applicable for paragraph (b): (4) (17) (20). FAR 52.204-4, Printed on Copied Double Sided on Recycled Paper (Aug 2000); FAR 52.247-34, FOB Destination (Nov 1991); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006); DFARS 252.232-7003 Electronic Submission of Payments Requests (May 2006); and DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998). Quoters can use www.arnet.gov to access all clauses and provisions. Quoters are shall be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Quoters must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, Wide Are Workflow Receipt and Acceptance (WAWF-RA), as detailed in DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes by mail to Contracting Division, P.O. Box 8368, Camp Lejeune, NC 28547-8368 or courier delivery at Contracting Division, Bldg 1116, Camp Lejeune, NC 28547 or via facsimile (910-451-2331); Attn: Frances Lear. Contact information for Frances Lear is frances.lear@usmc.mil; telephone, (910) 451-1578. Quotes are due by 12:00 PM EST on 21 August 2008. Notes: None.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f7479ca55abbd53d71fa90af61d0b026&tab=core&_cview=1)
 
Record
SN01642600-W 20080818/080816214930-daeff6869102912a57de16d87f6f5125 (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.