Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
MODIFICATION

58 -- Communications Equipment for GSA/OEP - Amendment 1

Notice Date
11/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisitions Services (WQA), 301 7th St SW Rm 6109, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
PR200910190016
 
Archive Date
12/2/2009
 
Point of Contact
Derrick Dudley, Phone: 2027086422, Phyllis D Lyles, Phone: 202 708 7704
 
E-Mail Address
derrick.dudley@gsa.gov, phyllis.lyles@gsa.gov
(derrick.dudley@gsa.gov, phyllis.lyles@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Radios on a Sole Source Basis. REQUEST FOR QUOTE ON A SOLE SOURCE BASIS PLEASE READ REQUEST FOR QUOTE AND FOLLOW INSTRUCTIONS. Date: November 9, 2009 Classification Code: 58 -- Communication, detection, & coherent radiation equipment Standard Item Number: 517 -- Telecommunications NAICS: 517919 -- All Other Telecommunications Solicitation Number: PR200910190016 Set-aside Status: This is a total small business Set-aside. Contracting Office Address: General Services Administration Federal Acquisition Service Assisted Acquisition Services 301 – 7th Street, SW – Room 6109 Washington, DC 20407-0001 A. Description of Action This is a combined synopsis/solicitation for the acquisition of New “2010” commercially available Trunked Radios manufactured by ICOM America, Inc., a Radio Base Station, Antennas, Duplexers, batteries, and accessories to support the radios, as well as installation, maintenance and programming services for issuance of Spectrum to operate the radios on specifically assigned frequencies. The items shall be available for Immediate Delivery. This combined synopsis/solicitation is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 (http://www.arnet.gov/far/current/html/Subpart%2012_6.html#wp1088488) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under FAR Part 13 - Simplified Acquisition Procedures. In addition, the vendor Pegasys Radio Corporation d/b/a Federal Radio Inc. has exclusive rights from the Department of Commerce to provide Spectrum for radios operated within the Washington Metropolitan Area and FAR Part 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. The approval of this action is issued in accordance with FAR Parts 6.303 and 6.304. (http://www.arnet.gov/far/current/html/Subpart%2013_1.html#wp1125430) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This announcement constitutes the only solicitation. A Quote from Pegasys Radio Corporation d/b/a Federal Radio Incorporated is being requested and a written solicitation will not be issued. All amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via https://www.fbo.gov or by a means that provides access to the notice of proposed contract action through the Government-wide point of entry. B. Scope The General Services Administration (GSA) requires the following radios, support items and services: Line Item: 0001 - Radio Type: Model F4161DS71 UHF 5 Watt Digital Trunked Radio Quantity: FIFTY (50) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0002 – Passport 2.8 Option – Firmware Option Quantity: FIFTY (50) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0003 - Programming - Radio Programming Services Quantity: FIFTY (50) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0004 - FR6000-01 Rack Mount Repeater Quantity: ONE (1) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0005 - URF6000-41 UHF Repeater Module Quantity: ONE (1) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0006 - UCFR5000-01 FR5000/6000 IDAS Trunking Module Quantity: TWO (2) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0007 - IAS-FR6000 DUP Kit Quantity: TWO (2) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0008 - 442915 Rack Mount 40 Amp Power Supply Quantity: ONE (1) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0009 - DAS-1 Distributed Antenna System Quantity: ONE (1) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0010 - PP-1 Wide Area Trunked Radio Unlimited Air Time Quantity: FIVE (5) Each - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0011 - POM - Peace of Mind Service Plan Quantity: FIFTY (50) Each on an Annual Basis - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Line Item: 0012 - IDOR-1 - Internal Digital On-Site Radio System Usage Fee Quantity: FIFTY (50) Each on an Annual Basis - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Please review and advise if you have the radios currently available in your inventory/availability that meets the government’s Minimum requirements. Please outline any requirements offered which do not meet the government’s minimum requirements and attach as a separate word document. Delivery of these radios and supporting materials is required within (10) Days, After Receipt of Order (ARO). FOB Destination: Washington, DC 20407-0001 POC for Delivery: Will be disclosed after award of order. C. Invoices Invoices shall be submitted to the GSA Office of Finance for approval and payment. Please be advised that your company shall be paid in full Net 30 upon submission of a valid invoice to GSA. After delivery, invoices shall be submitted to: General Services Administration Accounts Payable (6BCP) 1500 E. Bannister Rd. Kansas City, MO 64141 D. Government Contacts All questions regarding the RFQ should be directed to the GSA Contract Specialist/ Contracting Officer listed below: FAS Contracting Officer: Stephanie Kelly 202-708-7408stephanie.kelly@gsa.gov Or FAS Contract Specialist: Derrick Dudley 202-708-6422derrick.dudley@gsa.gov E. Terms and Conditions -Provision at 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (http://acquisition.gov/far/current/ html/52_212_213.html) applies to this RFQ. PLEASE SUBMIT QUOTE SHEET (LOCATED AT THE END OF THIS RFQ) AND ATTACHMENTS AS PRESCRIBED ON QUOTE SHEET. - Provision 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) applies to this solicitation. Vendors shall complete the on-line representations and certifications at http://orca.bpn.gov prior to the closing date and before submitting a quote in response to this solicitation. - Clause 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) is hereby incorporated. The following clauses are an addendum to clause 52.212-4, and are hereby incorporated into this solicitation: 52.202-1DEFINITIONS (JUL 2004) 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.232-1 PAYMENTS (APR 1984) 52.232-25PROMPT PAYMENT (OCT 2008) 52.233-1DISPUTES (JUL 2002) 52.249-8DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) F-FSS-290DELIVERY HOURS (APR 1984) Where individual items are referenced to this paragraph, the delivery method used shall assure that all delivered items are “Newly Manufactured” and not “remanufactured or refurbished” items whatsoever. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (SEP 2009) (a)The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1)52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2)52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b)The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______*(1)52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). *______*(2)52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a). *______*(3)52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). *______*(4)[Reserved] *__X___*(5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______*(ii) Alternate I (OCT 1995) of 52.219-6. *______*(iii) Alternate II (MAR 2004) of 52.219-6. *______*(6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______*(ii) Alternate I (OCT 1995) of 52.219-7. *______*(iii) Alternate II (MAR 2004) of 52.219-7. *___ _ _*(7)52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d) (2) and (3)). *______*(8)(i) 52.219-9, Small Business Subcontracting Plan (SEP 2008) (15 U.S.C. 637 (d)(4)). *______*(ii) Alternate I (OCT 2001) of 52.219-9. *______*(iii) Alternate II (OCT 2001) of 52.219-9. *______*(9)52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637 (a) (14)). *______*(10)52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). *______*(11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). *______*(ii) Alternate I (JUN 2003) of 52.219-23. *______*(12)52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______*(13)52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______*(14)52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004). *__X__*(15)52.222-3, Convict Labor (JUN 2003) (E.O. 11755). *_X__*(16)52.222-19, Child Labor—Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). *__X__*(17)52.222-21, Prohibition of Segregated Facilities (FEB 1999). *__X__*(18)52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). *_____*(19)52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____*(20)52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). *_____*(21)52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____*(22)52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). *_____*(23)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962 (c) (3) (A) (ii)). *______*(ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962 (i) (2) (C)). *______*(24)52.225-1, Buy American Act—Supplies (FEB 2009) (41 U.S.C. 10a-10d). *__ ___*(25)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). *______*(ii) Alternate I (JAN 2004) of 52.225-3. *______*(iii) Alternate II (JAN 2004) of 52.225-3. *______*(26)52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). *___X__*(27)52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). *______*(28)Reserved. *______*(29)Reserved. *______*(30)52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). *______*(31)52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307 (f)). *___X__*(32)52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). *______*(33)52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). *______*(34)52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). *______*(35)52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). *______*(36)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). *______*(ii) Alternate I (APR 2003) of 52.247-64. (c)The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______*(1)52.222-41, Service Contract Act of 1965, as Amended (NOV 2007) (41 U.S.C. 351, et seq.). *______*(2)52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______*(3)52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______*(4)52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d)Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1)The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2)The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3)As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1)Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i)52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii)52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii)52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv)52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v)52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi)52.222-41, Service Contract Act of 1965, as Amended (NOV 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii)52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2)While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. F. Method of Evaluation All quotes will be evaluated using the procedures as outlined in FAR Part 13.106-2, Evaluation of Quotations and Offers. G. Basis for Award The Government will evaluate all responses received using the instructions provided and make an award resulting from the Request for Quote (RFQ) to the responsible offeror whose quote conforming to this RFQ will provide the Best Value to the Government. The government may reject any or all quotes if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in the submitted quotes. QUOTE SHEET PLEASE SUBMIT QUOTE SHEET AND ATTACHMENTS BY: 2:00 PM, EST NOVEMBER 17, 2009 to stephanie.kelly@gsa.gov using the following subject line: “Response to RFQ ” Offeror MUST provide a copy of the Warranty Card, operating manuals. If unable to provide a quote, please submit your negative response to this RFQ. All quotes submitted in response to this RFQ shall include the following form completed in its entirety: NAME OF OFFEROR: __________________________________________________ ADDRESS:___________________________________________________________ POINT OF CONTACT: __________________________________________________ TELEPHONE NO: ___________________________ FAX: ____________________ EMAIL ADDRESS: _____________________________________________________ DELIVERY DAY’S/DATE ARO:__ PRICE PER RADIO: $ MANUFACTURER: ________________ MODEL: ___________________ YEAR MANUFACTURED: ______ All proposed prices shall be fixed prices. The Federal Government is tax exempt. TAXPAYER IDENTIFICATION NUMBER: DUN & BRADSTREET NUMBER: In order to do business with the Federal Government, a Dun & Bradstreet number is required. For further information please refer to http://www.dnb.com/us - CCR REQUIREMENT - Offeror must be registered on 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 and attach copy of registration to quote. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIRED -The Government will award to the vendor whose offer is technically acceptable, meets mandatory requirements and represents the best value.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/edb1ca95468136e795bf2ce23a6480b2)
 
Place of Performance
Address: GSA/FAS/AAS, 301 - 7th Street, SW - Room 6109, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02001561-W 20091112/091110235353-edb1ca95468136e795bf2ce23a6480b2 (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.