Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
MODIFICATION

58 -- Radios for Costa Rica

Notice Date
3/24/2011
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
U.S. Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
 
ZIP Code
33309
 
Solicitation Number
SWHARC11Q0070
 
Archive Date
6/30/2011
 
Point of Contact
Robert E. Lloyd, Phone: 954-630-1146
 
E-Mail Address
lloydre@state.gov
(lloydre@state.gov)
 
Small Business Set-Aside
N/A
 
Description
BELOW IS THE SOLICITATION AS AMENDED ON MARCH 17, 2011 (REFLECTING REVISIONS MADE TO PARAGRAPH 4, EVALUATION OF QUOTATIONS) AND FURTHER AMENDED ON MARCH 24, 2011 (REFLECTING REVISIONS MADE TO PARAGRAPH 2, REQUIRED ITEMS, ITEMS 2, 4, 9, AND 10): This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for radio equipment to be donated to and used by the government of Costa Rica pursuant to an agreement with the U.S. Department of State. 1. DESCRIPTION 1.1. The U.S. Department of State, International Narcotics and Law Enforcement (INL), U.S. Embassy San Jose, Costa Rica has a requirement for the purchase of radio equipment on a brand name or equal basis as described below, to be donated to the government of Costa Rica (National Police) for international narcotics and law enforcement program purposes. All items must work with protocol P25 (Project 25 Standards) SMARTZONE H38 unified system used by the Costa Rica National Police; and work with 800MHz frequencies. (Note: Costa Rica National Police currently use Motorola P25 9600 Baud Trunking). The NAICS code applicable to this acquisition is 334220. The small business size standard is 750 employees. 2. REQUIRED ITEMS: 800Mhz Portable Radios (Motorola Part Numbers for reference, followed by description and quantity): 1. H46UCD9PW5BN, XTS2500 or equal, with the following features: 762-870MHZ/ 1-3W/ 96 CHANNELS, Q574 ENH: SOFTWARE TRUNKING 9600 BAUD, Q159, ADD: XTS2500 UCM HARDWARE ENCRYPTION, Q629, ADD: AES ENCRYPTION, Q696 ALT: ANTENNA 1/2 WAVE 7" WHIP 700/8, QA00774 ALT: LITH, 2700 MAH Includes: belt clip, antenna; QTY=170 EA. 1.a. BDN6732, Earpiece, w/mic. & Push to Talk (PTT) Separate (separate cables, ear, mic., and PTT switch), or equal; QTY=170 EA. 2. H18UC9PW7 N DIGITAL XTS5000-III or Equal, with the following features: 764-870MHZ, 1-3W 1000 modes, display, full keypad, Q806 Digital CAI OPE, H38 Smartzone System Software, Q361 P25 9600 Baud Trunking, Q159 UCM Hardware Encryption, Q629 ADD DES Encryption; Includes: battery, belt clip, antenna; QTY=20 EA. 2.a. BDN6732 Earpiece, w/mic. & PTT Separate w/XTR, or equal; QTY=20 EA. Portable Radio Accessories (Motorola Part Numbers for reference, followed by description and quantity): 3. NTN9862C LI-ION, 2750 MAH. OR EQUAL; QTY=170 EA. 3.a. NTN1667A SINGLE-UNIT RAPID-RATE, UNIVERSAL CHARGER. TRI-CHEMISTRY, OR EQUAL; QTY=80 EA. 4. WPLN4130 IMPRESS /OR NON IMPRESS MULTIUNIT TRI-CHEMISTRY (NIMH, NICD OR LI-ION). OR EQUAL; QTY=30 EA. 4.a. NTN7374 R, Charger Line Cord-(all equipment shall be 110-120 VAC 60Hz, terminated with 2 blade connector plug, NEMA 5 type, ungrounded), Or Equal; QTY=110 EA. 5. Cable, PC(USB) to Radio Cable for programming radio functions, Or Equal; QTY=1EA; 6. RVN4181, Software for Astro 25 Portable, CD Format, Or Equal; QTY=1 EA. 7. Manual, XTS5000 Detailed Service, En., Or Equal, paper or CD.DVD format; QTY=2 EA. 8. Manual, 6881094C10 - Motorola XTS2500 XTS1500 PR1500 DETAILED SERVICE MANUAL ENGLISH. Or Equal, paper or CD/DVD format; QTY=1 EA. 800Mhz Mobile Radios (Motorola Part Numbers for reference, followed by description and quantity): 9. M21URM9PW1 N, XTL 2500 Mobile, Or Equal, with the following features: 764-870MHZ, 10-35W, G806 ENH: SOFTWARE ASTRO DIGITAL CAI, G51 ENH: SOFTWARE, SMARTZONE/SINGLETONE, G442 ADD: XTL 2500 CONTROL HEAD, G444 ADD: CONTROL HEAD SOFTWARE, G361, ENH: ASTRO PROJECT 25 TRUNKING SOFT, G843, ADD: AES ENCRYPTION, G159, ADD: ENCRYPTION UCM, W22, ADD: PALM MICROPHONE, G66 ADD: DASH MOUNT, W432, ADD: INCREASED AUDIO POWER 13W, G89, ADD: NO ANTENNA NEEDED; QTY=75 EA. 9.a. RRA4914, Antenna, 3DB Roof Mount Stainless, or equal; QTY=75 EA. 10. M21URM9PW1 N, XTL 2500 MOBILE OR EQUAL WITH THE FOLLOWING FEATURES:, 10-35 WATT, 764-870MHZ, 10-35W, G806, ENH: SOFTWARE ASTRO DIGITAL CAI, G51, ENH: SOFTWARE SMARTZONE/SINGLETONE, G442, ADD: XTL 2500 CONTROL HEAD, G444, ADD: CONTROL HEAD SOFTWARE, G66, ADD: DASH MOUNT, W484, ALT: ANTENNA 3DB GAIN 764-870MMZ, G142, DEL: OMIT SPEAKER, W382, ADD: CONTROL STATION DESK MICROPHONE, W665, ADD: CONTROL STATION OPERATION, G361, ENH: ASTRO PROJECT 25 TRUNKING SOFT, G843, ADD: AES ENCRYPTION, G159, ADD: ENCRYPTION UCM, QTY= 60 EA. 11. HKN6184, Cable, CH (channel) programming (USB), or equal; QTY= 1 EA. 12. RVN4186AG, Computer Programming Software (CPS) R13.00.00 Astro P25 Port/Mobile, or Equal; QTY= 1 EA. IP Dispatch Consoles (Motorola Part Numbers for reference, followed by description and quantity): 13. B1905, MCC 7500 ASTRO 25 SOFTWARE, OR EQUAL, WITH THE OPTIONS AND ASSOCIATED COMPONENTS BELOW: Q5001 MCC 7500 P25 SECURE DISPATCH, CA01221AA MCC 7500 DISPATCH, CONSOLE HIGH, CA00182AB, ADD: AES (Advance Encryption Standard) ALGORITHM, CA00140AA AC LINE CORD, NORTH AMERICAN; QTY=2 EA. 14. GMDN0567AC, LCD Monitor 19", or Equal; QTY= 2 EA. 15. GMDN1182A, English Keyboard, or Equal; QTY= 2 EA. 16. GMDN1183A, Optical Mouse, or Equal; QTY= 2 EA. 17. Module, MCC 7500 General Purpose I/O Module, or Equal; QTY= 2 EA. 18. CA00140AA, AC Line Cord, North American, Or Equal; QTY= 2 EA. 19. DSSL, 120VAC, 15AMP Simplex Nema 5-15 PL / DSSL, or Equal; QTY= 2 EA. 20. B1912, MCC Series Desktop Speaker, or Equal; QTY= 4 EA. 21. B1914, MCC Series Desktop Gooseneck Mic., or Equal; QTY= 2 EA. 22. B1913, MCC Series Headset Jack, or Equal; QTY= 4 EA. 23. RLN6098, Headset (HDST) Module Base W/PTT, 15' CBL, or Equal; QTY= 4 EA. 24. RMN5080A, Supraplus NC Dual MUFF Headset, or Equal; QTY= 4 EA. 25. BLN1277, Headset Jack Circuit Board, or Equal; QTY= 4 EA 26. DSTWIN6328A, One Dual Pedal Footswitch, or Equal; QTY= 2 EA. 27. DDN9454, Symantec Anti Virus Corp. Ed. Latest Ver., or Equal; QTY= 2 EA. 28. DDN9332, Software Based Dual Instant Recall Recorder (IRR) USB Hardware Against Software Piracy (HASP) WI, or Equal; QTY= 2 EA. 29. DDN9494, Sound blaster XFI Xtreme Sound Card, or Equal; QTY= 2 EA. 30. CDN6673, Creative Labs Inspire 245, or Equal; QTY= 2 EA. 31. CLN1836, 2610-24 Ethernet Switch, or Equal; QTY= 2 EA. 32. ST2500, S2500 Multiprotocol Wan Router, or Equal; Includes ST2512 S2500 Router T1/E1 Daughter Board; QTY= 2 EA. 33. F4543, Site Manager Basic, Or Equal. Includes:VA00359 SDM3000 MCC7500 AUX IO F/W For A7.6, V266 90VAC to 260VAC Power Supply (PS) to Site Manager (SM), FKN8382 AC PS Power Cable; QTY= 2 EA. Encryption Key Loaders (Motorola Part Numbers for reference, followed by description and quantity): 34. T6717 KEY VARIABLE LOADER (KVL) 3000 PLUS HARDWARE, OR EQUAL, WITH THE FOLLOWING FEATURES: U239AC P25 MODE, X795AH ASN MODE, CA00182AA, ADD: AES ENCRYPTION SOFTWARE, C724 CABLE-KEYLOAD, C954 CABLE FOR SPECTRA/SPECTRO, 6881132E29 KVL3000 PLUS USER GUIDE, PAPER OR CD/DVD FORMAT; QTY= 4 EA. 35. HKTN4004B, VISAR / KVL Battery Charger Kit 110V or Equal; QTY= 4 EA. 3. DELIVERY INFORMATION 3.1. DELIVERY TERMS: FOB Destination. Partial shipments are allowed, except for IP dispatch console components; that is, items 13-33 must be consolidated and shipped together to prevent loss and misdirection. Any lost or damaged items during shipment shall be replaced by the contractor upon notification. When the order is ready for shipment, forward the shipment prepaid directly to: Just In Time Services, Inc., 11450 NW 34th Street, Suite 100, Doral, FL 33178, Ph. 305-477-4140, Fax 305-477-4745. The items being acquired will be donated to the government of the ultimate destination Costa Rica. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. Include a copy of the packing list with original invoice to the Contracting Officer that will provide advance information for Customs clearance purposes. PLEASE NOTE: This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor's expense. 3.2. MARKING REQUIREMENTS: American Embassy/NAS Purchase Order No. S-WHARC-11-M-____(To be provided upon award) San Jose, Costa Rica 4. EVALUATION OF QUOTATIONS 4.1. Award will be made to the lowest priced, technically acceptable quoter which is a responsible contractor submitting a quotation that complies with the RFQ requirements. The Government reserves the right to make up to two awards, as follows: either one purchase order for all items, or two purchase orders (one purchase order for the portable and mobile radios plus an additional purchase order for the IP dispatch consoles, that is, one for items 1-12 and one for items 13-35) if making two awards is more advantageous to the Government. Evaluation of quotations will consider the cost of multiple awards, which is assumed to be $500. Quotations which do not include either a complete group of items 1-12 or a complete group of items 13-35 will not be considered. 4.2. Additional Considerations: The Government reserves the right to reject any quotation that is incomplete, fails to comply with the quotation requirements of paragraph 5 below, is technically unacceptable, or is unreasonably low or high in price. The Government will determine acceptability by assessing the quoter's compliance with the terms of the Request for Quotations (RFQ). The quoter must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality and meet the contractor responsibility standards in FAR 9.1. 5. QUOTATION MUST INCLUDE THE FOLLOWING: 5.1. PRICE: unit and extended prices, inclusive of delivery charges, for all line items. 5.2. DESCRIPTION: Description/nomenclature of the item being quoted; product literature may be provided. Quotation must demonstrate compliance with all required features. Also include description of warranty terms; a minimum of 2-year warranty is required for all items (warranty to start when equipment is activated). Quotations must state clearly whether the brand name items are being provided, or "equal" items. "Equal" quotations must comply with the requirements of FAR 52.211-6, Brand Name or Equal. 5.3. DUNS NUMBER AND CCR: DUNS number and statement that the quoter is registered in CCR. 5.4. CERTIFICATIONS, AUTHORIZATION, AND EXPORT LICENSE: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/). Quoters must also demonstrate in the quotation that any applicable export license will be obtained in an expedited manner. The quoter must also demonstrate that it is a manufacturer or authorized dealer of the equipment being quoted. 5.5. PAST PERFORMANCE: A list of contracts within the last three (3) years for the provision of comparable radios to federal or commercial customers. The list shall include contact information (name, organization, email, and phone) and limited to no more than five (5) references. 5.6. DELIVERY TIME: No later than 30 calendar days after award or receipt of export license, whichever is later. The quotation shall state how many calendar days are required for delivery to the required location. This may be stated in terms of the number of days following the date of the purchase order or number of days following receipt of export license. 5.7. SUBCONTRACTING PLAN: A subcontracting plan meeting the requirements of FAR 52.219-9, Alternate II, is required to be submitted with the quotation, unless the quoter is a small business. 6. ADDITIONAL INFORMATION AND REQUIREMENTS: In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. This solicitation number SWHARC11Q0070 is issued as an RFQ under subpart 12.6 and Part 13 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-49. FAR clauses and provisions may be accessed at: http://acquisition.gov/far/index.html The following FAR Clauses and Provisions are incorporated by reference. 52.214-34, Submission of Offers in the English Language; 52.204-7, Central Contractor Registration; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters, Alt. I; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items [The following clauses are selected under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, Alt. II; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.] The following FAR provision is included in full text: 52.211-6, Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following DOSAR clauses and provisions are incorporated by reference. DOSAR clauses and provisions may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm 652.225-70, Arab League Boycott of Israel (AUG 1999) 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) The following DOSAR provision is included in full text: 652.219-70 DEPARTMENT OF STATE SUBCONTRACTING GOALS (APR 2004) (a) The offeror/quoter shall provide a Small, Small Disadvantaged, Small Woman-Owned, HUBZone Small, and Service-Disabled Veteran-Owned Small Enterprise Subcontracting Plan that details its approach to selecting and using Small, Small Disadvantaged, Small Woman-Owned, HUBZone Small, and Service-Disabled Veteran-Owned Small Business Enterprises. (b) For the fiscal year 2011, the Department's subcontracting goals are as follows: (1) Goal for subcontracting to SB: 34%; (2) Goal for subcontracting to SDB: 5%; (3) Goal for subcontracting to SWB: 5%; (4) Goal for subcontracting to HUBZone Firms: 3%; (5) Goal for subcontracting to SDVO: 3%. 7. QUOTATIONS ARE DUE by the date and time stated on the Fedbizopps web site. QUOTATIONS MUST BE SUBMITTED BY UPLOADING TO THE FEDBIZOPPS WEB SITE; NO OTHER METHOD OF QUOTATION SUBMISSION IS ALLOWED. Identify your quotation as a response to solicitation number SWHARC11Q0070. Quoters are requested to limit the number of files uploaded to no more than six (6). 8. AWARD TYPE: The Government intends to award a firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, warranty, etc. The price will not be subject to adjustment after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/SWHARC11Q0070/listing.html)
 
Record
SN02408571-W 20110326/110324234609-445701f2aa284ed7bed86e8dfc4701ee (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.