Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
SPECIAL NOTICE

J -- Notice of Intent to Sole Source (Motorloa). Requirement is for Repair and Maintenace of Trunked Radio System Infrastructure - Attachment 1

Notice Date
9/29/2010
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
F4BS500139A001
 
Archive Date
10/15/2010
 
Point of Contact
Nathan Pauly, Phone: 719-333-3948, Nicole Baert, Phone: 7193338924
 
E-Mail Address
nathan.pauly@usafa.af.mil, nicole.baert@usafa.af.mil
(nathan.pauly@usafa.af.mil, nicole.baert@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A, Requirements DO NOT SUBMIT A QUOTE AT THIS TIME. Please read the ENTIRE synopsis before submitting any response. The 10th Contracting Squadron, United States Air Force Academy (USAFA) Colorado, intends to award a purchase order on a Sole Source basis to Motorola, Inc. to provide Maintenance for the Trunking System Infrastructure already installed at USAFA. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, 2 August 2010. The North American Industry Classification System Code [NAICS] is 334220 and the size standard is 750 employees. Currently, Motorola's extended service warranty covers the entire radio infrastructure which consists of thirteen systems and one conventional site. This system design along with all of the radio equipment used on the USAFA Trunked Radio System is proprietary intellectual property owned by Motorola. As the prime manufacturer, Motorola, Inc. hold proprietary data rights to the equipment and has no authorized distributors or service providers to provide depot maintenance. Any maintenance performed on existing Motorola equipment must be performed by Motorola trained personnel due to proprietary intellectual properties, proprietary data and copyrights to equipment held by Motorola. Therefore, Motorola is the only source that can satisfy agency requirements. See the attached statement of work for exact requirements. Delivery is to be made to the U.S. Air Force Academy. FOB: Destination. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. Any offerors believing they can provide an equal product that meets all of the features and functionality of the Motorola Trunking System Infrastructure Maintenance or can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for Motorola. It is the offeror's responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the brand name product. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement, and/or a competitive procurement can be conducted. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received by 12:00 am Midnight Mountain Standard Time (MST) on 30 September 2010. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be considered. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Questions should be addressed to the Primary POC Nathan Pauly, Contract Specialist, (719) 333-3948 or sent via e-mail to nathan.pauly@usafa.af.mil. Alternate POC is Nicole Baert, Contracting Officer, (719) 333-8924, nicole.baert@usafa.af.mil. 5352.201-9101 OMBUDSMAN (Apr 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kim.diercks@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BS500139A001/listing.html)
 
Place of Performance
Address: 8110 Industrial Dr, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02300628-W 20101001/100929234720-4fe675d45bad1c467cf1a6635bfa70f7 (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.