Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

70 -- Laughlin AFB LMR Upgrade

Notice Date
9/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, AETC Headquarters, 555 E Street East, Building 581, Randolph AFB, Texas, 78150-4440
 
ZIP Code
78150-4440
 
Solicitation Number
FA3002-08-R-0035
 
Archive Date
10/10/2008
 
Point of Contact
Philip L. Jacobsen,
 
E-Mail Address
Philip.Jacobsen@randolph.af.mil
 
Small Business Set-Aside
N/A
 
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) UPGRADES. INCLUDED IN THE UPGRADES IS AN INTERFACE WITH EXISTING MOTOROLA LMR SYSTEMS. 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 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 Laughlin AFB. 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. This synopsis is issued as a Request for Proposal (RFP). 3. This procurement is being conducted using other than full and open competition procedures. The NAICS code for this requirement is 334290; Size Standard is 750 employees. 4. The contractor shall provide all parts, software, and labor to perform the upgrade of existing AETC LMR infrastructure at Laughlin AFB. This will be a firm fixed-price contract. 5. Item description is reflected in the Statement of Need. 6. The contractor shall deliver the LMR infrastructure upgrade to HQ AETC/A6PR, David Eng, 61 Main Circle Suite 2 Randolph AFB TX 78150-4545. Primary Acceptance will be by HQ AETC/A6OO, David Eng, 61 Main Circle, Ste 2, Randolph AFB TX 78150. Delivery schedule will be 12 months from date of award. 7. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The offeror will include a technical proposal as well. 8. FAR 52.212-2, Evaluation - Commercial Items, applies to this award. 9. 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 #13 below. A determination by the Government not to compete this proposed contract is solely within the discretion of the Government. 10. 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. 11. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 12. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders - Commercial Items, applies to this acquisition. 13. Offers are due by 5 Sep 08, 3:00 PM Central Standard Time. Send originals and copies of your technical and price proposal to: AETC CONS/LGCD, Attn: Capt Philip Jacobsen, 2021 First Street West, Randolph AFB TX 78150-4302. 16. If you have any questions regarding this requirement, please contact Capt Jacobsen at 210-652-7752 or Marcelo Buckley at 210-652-4253 or by e-mail to mailto:Philip.Jacobsen@randolph.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=705aabdbf93676fef8f318f83060dfa6&tab=core&_cview=1)
 
Place of Performance
Address: Laughlin AFB, TX, Del Rio, Texas, United States
 
Record
SN01681257-W 20080926/080924224259-705aabdbf93676fef8f318f83060dfa6 (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  © 1994-2020, Loren Data Corp.