Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

58 -- Motorola Police Radios

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2418 Macomb Road, Fort Sill, OK 73503
 
ZIP Code
73503
 
Solicitation Number
W9124L-09-T-0142
 
Response Due
9/18/2009
 
Archive Date
3/17/2010
 
Point of Contact
Name: Matthew Berberea, Title: Contract Specialist, Phone: 580-442-2869, Fax: 580-442-8014
 
E-Mail Address
matthew.berberea@us.army.mil;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124L-09-T-0142 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-18 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Sill, OK 73505 The USA ACA Fort Sill requires the following items, Exact Match Only, to the following: LI 001, XTL 5000 MOBILEITEM M20URS9PW1N: XTL 5000 MOBILE 10-35 WATT, 764-870, 45, EA; LI 002, ASTRO DIGITAL CAIITEM G806: ENH SOFTWARE ASTRO DIGITAL CAI, 53, EA; LI 003, SMARTZONE OPERATIONITEM G51: ENH 3600 SMARTZONE OPERATION, 53, EA; LI 004, CONTROL HEAD SOFTWAREITEM G444: ADD CONTROL HEAD SOFTWARE, 45, EA; LI 005, XTL5000 CONTROL HEADITEM G442: ADD XTL5000 CONTROL HEAD, 45, EA; LI 006, DASH MOUNTITEM G66: ADD: DASH MOUNT, 8, EA; LI 007, ANTENNAITEM W484: ALT: ANTENNA 3DB GAIN 764-870MMZ, 45, EA; LI 008, TRUNKING SOFTWAREITEM G361: ENH: ASTRO PROJECT 25 TRUNKING SOFT, 53, EA; LI 009, AUDIO POWERITEM W432: ADD: INCREASED AUDIO POWER 13W, 52, EA; LI 010, REPAIR SERVICEITEM G24: ENH: 2 YEAR REPAIR SERVICE ADVANTAG, 53, EA; LI 011, PALM MICROPHONEITEM W22: ADD: PALM MICROPHONE, 52, EA; LI 012, REMOTE MOUNTITEM G67: ADD: REMOTE MOUNT, 37, EA; LI 013, DUAL CONTROL HARDWAREITEM: GA00092: ADD: DUAL-CONTROL HARDWARE, 7, EA; LI 014, REMOTE MOUNT CABLEITEM G607: ADD: REMOTE MOUNT CABLE 23 METERS, 14, EA; LI 015, XTS 5000 KEYPADITEM: H18UCF9PW6 N: PORTABLE XTS5000 MODEL II 3X2 KEYPA, 62, EA; LI 016, SOFTWAREITEM Q806: ADD: SOFTWARE ASTRO DIGITAL CAI OPE, 62, EA; LI 017, SMARTZONE SOFTWAREITEM: H38: ADD: SMARTZONE SYSTEM SOFTWARE, 62, EA; LI 018, BATTERY IMPRESITEM: Q393: ALT: BATTERY IMPRES NIMH FM 1700MAH, 62, EA; LI 019, REPAIR SERVICEITEM H885: ENH: 2 YEAR REPAIR SERVICE ADVANTAG, 62, EA; LI 020, CHARGERITEM: WPLN4111R: IMPRES CHARGER, 18, EA; LI 021, CHARGER 110VITEM: WPLN4108R: IMPRES MULTI UNIT CHARGER - 110V US, 10, EA; LI 022, CONSOLETITEM: L20URS9PW1N: 10-35W 762-870MHZ XTL 5000 CONSOLET, 7, EA; LI 023, SET-UP CONSOLETTEITEM: G80: ADD: W7 HW SETUP CONSOLETTE, 7, EA; LI 024, REMOTE CONTROLITEM: L146: ADD: TONE REMOTE CONTROL XTL5000, 7, EA; LI 025, MOUNTING BRACKETITEM TRN7466: MOUNTING BRACKET EIA 19 INCH, 7, EA; LI 026, ANTENNAITEM TDF6481: ANTENNA 800 OMNI NFE UNITY GAIN 80, 7, EA; LI 027, CLAMP KITITEM TDN9668: 1/4" OR 3/8" CABLE GROUND CLAMP KIT, 22, EA; LI 028, GROUND BARITEM DQGBIT14412A2L: GROUND BAR, WALL MT, 4 X 12 X 1/4, 8, EA; LI 029, BULKHEAD ARRESTORITEM RRX4039A: ISB50HNC2MA BULKHEAD ARRESTOR 125-1, 8, EA; LI 030, 15 AMP SIMPLEX NEMAITEM DSSL: 120VAC, 15AMP SIMPLEX NEMA 5-15 PL, 8, EA; LI 031, CABLE TIESITEM TDN6670: CABLE TIES NYLON (1 EA=1BAG=50), 11, EA; LI 032, #6 AWG THHNITEM DQ619G: #6 AWG THHN, 19 STRAND, GREEN (SOLD, 700, EA; LI 033, #2 AWG THHNITEM DQ219G: #2 AWG THHN, 19 STRAND, GREEN (SOLD, 700, EA; LI 034, #2 AWG STD BARRELITEM DQGECL2: #2 AWG STD BARREL LUG 5/16" HOLE, 140, EA; LI 035, #6 AWG STD BARRELITEM DQGECL6: #6 AWG BARREL LUG 1/4" HOLE, 140, EA; LI 036, MOUNT SIDE ANTENNAITEM TDN8832: MOUNT SIDE ANTENNA TO TOWER, 7, EA; LI 037, BAUD TRUNKINGITEM Q361: ENH: PROJECT 25 9600 BAUD TRUNKING, 62, EA; LI 038, ADAPTERSITEM BDN6676: ADAPTERS, 16, EA; LI 039, CABLEITEM L1704: CABLE 3/8" LDF HELIAX POLY JKT PER, 400, EA; LI 040, CABLEITEM L1700: CABLE: 1/4" SUPERFLEX POLY JKT PER, 335, EA; LI 041, CABLEITEM L1705: CABLE: 3/8" LDF HELIAX POLY JKT PER, 100, EA; LI 042, CABLEITEM L1706: CABLE: 3/8" LDF HELIAX POLY JKT PER, 100, EA; LI 043, FLEX CONNECTORITEM TDN8958: 1/4" MINI UHF MALE S FLEX CONNECTOR, 5, EA; LI 044, INSTALLITEM INSTALLATION: INSTALL, 1, EA; LI 045, Contract Manpower ReportContract Manpower Reporting no later than October 31, 2009, 1, EA; For this solicitation, USA ACA Fort Sill intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Sill is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to matthew.berberea@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.252-2 Clauses incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at these website: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. The following FAR clauses in paragraph (b) of FAR clause 52.202-1, Definitions, 52.204-4, Printed or Copied Double Sided on Recycled Paper,52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply:52.203-6, 52.219-28, 52.222-3, 52.222-19,52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-44, 52.222-50, 52.222-54, 52.225-13, 52.232-36, 52.228-5, Insurance-Work on a Government Installation. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 60 days or less after receipt of order (ARO) or as otherwise specified. FAR Clause 52.247-34 F.O.B.- Destination applies to this acquisition. No partial shipments unless otherwise specified. APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately 1/2 mile). Entrance to Apache Gate is on the left (south). FAR Clause 52.204-7 Central Contractor Registration and DFARS Clause 252.204-7004 Alt A Reguired Central Contractor Registration applies to this acquisition. Company must be registered in Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. DFAR Clauses 252.203-7002, Requirement to Inform Employees on Whistleblower Rights, 252.209-7004, Sub with firms that are Owned or Controlled by the Government of a Terrorist Country, 252.223-7006, Prohibiton of Storage and Disposal of Toxic and Hazardous Materials, 252.225-7002, Qualifying Country Sources as Subcontractors, 252.232-7010 Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications apply to this acquisition. 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS The contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. 52.203-3, 252.203-7000, 252-225-7001, 252.225-7012, 252.225-7021, 252.225-7036, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023, (Alt III) of 252.247-7023. Seller to review DFARS Clause 252.211-7003 (ALT 1) ITEM IDENTIFICATION AND VALUATION (Aug 2008). DFAR clause 252.204-7003 Control of Government Personnel Work Product and DFAR Clause 252.232-7003 Electronic Submission of Payment Request applies to this acquisition. In accordance with FAR Clause 52.232-36 Payment By Third Party, incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments for supplies provided under this contract through the Government Purchase Card System. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of supplies by the Government. Payment may be suspended due to non-conforming supplies. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x- xxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. No written or oral statements of any person who so ever other than the Contracting Officer shall, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the RFQ's opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR Provision 52.252-1- Solicitation Provisions incorporated by Reference, 252.209-7001, Disclosure of Ownership or Control by the GOvernment of a Terrorist Country, 252.212-7000, Offeror Representations and Certifications-Commercial Items, 252.225-7031, Secondary Arab Boycott of Israel. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these address(es): http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concems within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Ievel protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 252.232-7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD". (a) Unless awards in the aggregate are specifically precluded in this solicitation, the Government reserves the right to evaluate offers and make awards on an all or none basis as provided below. (b) An offer submitted on an all or none or similar basis will be evaluated as follows: The lowest acceptable offer exclusive of the all or none offer will be selected with respect to each item (or group of items when the solicitation provides for aggregate awards) and the total cost of all items thus determined shall be compared with the total of the lowest acceptable all or none offer. Award will be made to result in the lowest total cost to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK35/W9124L-09-T-0142/listing.html)
 
Place of Performance
Address: Fort Sill, OK 73505
Zip Code: 73505
 
Record
SN01954495-W 20090916/090915002123-3e344d9022410e6879ecc7548e143b7f (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.