Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

58 -- Motorola Radios - J&A

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F1DT850349A001
 
Point of Contact
Jeannine F. Bernard, Phone: 2408575738, Sheila Miller, Phone: 301-981-5245
 
E-Mail Address
Jeannine.Bernard@afncr.af.mil, sheila.miller@afncr.af.mil
(Jeannine.Bernard@afncr.af.mil, sheila.miller@afncr.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Justification and Approval for Motorola Radios This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F1DT850349A001. The North American Industry Classification System code is 334220 with a business size standard of 750 employees. The proposed contract is 100 percent Set-Aside for Service-Disable Veteran- Owned Small Business. This acquisition is firm-fixed-price and solicited as a Brand Name, original equipment manufacturer (OEM) or authorized/qualified reseller basis in accordance with FAR 6.302-1(c). Offers will be accepted only from OEMs or authorized/qualified resellers. Offers from other than OEM or authorized/qualified resellers will be deemed unresponsive and will not be evaluated. Quotes must also address whether each contract line item number (CLIN) price proposed by the offeror is based upon open market pricing, or use of an existing vehicles pricing such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If individual CLIN pricing is on an other than open market basis, offerors should also include the contract number on which pricing is based as part of their quote for each CLIN. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. Award will be made to the lowest responsive, responsible offeror. LINE ITEM 0001: Motorola XTL 5000 VHF Mobile 25-110 Watt 136-174 MHz; QUANITY: 25 sets, UNIT PRICE $_______; EXTENDED PRICE $_______; LINE ITEM 0002: Thumb Screw Remote Mount; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; LINE ITEM 0003: Software, ENH: Software Astro Digital CAI Operation; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; LINE ITEM 0004: AES With DES/DES-XL/DES-OFB Encry; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; LINE ITEM 0005: Encryption UCM; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; LINE ITEM 0006: 2 year Warranty Advantage (Encryption) Offerors must submit a copy of the warranty with proposal; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; LINE ITEM 0007: Mutliply Key Encryption Operation; QUANITY: 25 sets, UNIT PRICE $________ EXTENDED PRICE $______; LINE ITEM 0008: 03 Control Head; QUANITY: 25 sets, UNIT PRICE $________ EXTENDED PRICE $______; LINE ITEM 0009: Conventional Operation, Conventional Operation; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; LINE ITEM 0010: Auxiliary Speaker; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; LINE ITEM 0011: Enhanced Digital ID Display; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; LINE ITEM 0012: Antenna 3 DB Roof Top VHF; QUANITY: 25 sets, UNIT PRICE $________; EXTENDED PRICE $______; INSPECTION CONDITIONS AND TERMS: Items shall be priced FOB Destination. Delivery/Acceptance will be at Traffic MGMT Office, 11 LRS/LGRT, 3066 E. Perimeter Road Dock 4, Andrews AFB, MD 20762. Attn: Fred McKoy, AFOSI, Alfred.Mckoy.ctr@ogn.af.mil FAR PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR 52.212-1 applies to this acquisition are as follows: 52.237-1, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. EVALUATION PROCEDURES: The Government will select the best overall offer based on price and other factors considered. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliant with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. FAR CLAUSES: The clause 52.212-3 and clause at 52.212-4 applies to this acquisition are as follows: 52.204-9, 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.223-6, 52.223-11, 52.232-18, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.212-7001: 252.225-7001, 252.232-7003, 252.247-7003, ALT III, and 5352.201-9101: (c) Col. Timothy Applegate. FAR CLAUSE 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses 52.222-3, 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, 52.233-3 and 52.233-4 apply to this acquisition. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.214-31(f)(1) fax# (202)767-7887, 52.214-34, 52.214-35, 52.223-5, 52.252-1, 52.252-2: http://farsite.hill.af.mil, 52.252-5, 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.212-7001: 252.232-7003, 252.246-7000 and 252.247-7023 Alt III, 252.225-7001, 252.232-7010, 252.243-7001, and 5352.242-9000, 5352.242-9101 FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.203-13, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-41, 52.222-50, 52.222-51, 52.222-53, 52.222-54, 52.226-6, and 52.247.64: To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. An official authorized to bind your company shall sign and date the quote. All quotes must be received by 4:00 P.M. Eastern Standard Time (EST) on 7 Apr 2011 to AFDW/PKIA, 1535 Command Dr., Suite D304, Andrews AFB, MD 20762 by mail, facsimile, or e-mail to Jeannine.Bernard@afncr.af.mil, fax: 301-981-3168 and Sheila Miller, Contracting Officer, Phone (301)981-5245 or e-mailed to Sheila.Miller@afncr.af.mil. Questions concerning this solicitation should be addressed to Primary point of contact: SSgt Jeannine Bernard, Contract Specialist, NLT 5 April 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1DT850349A001/listing.html)
 
Place of Performance
Address: Traffic MGMT Office, 11 LRS/LGRT, 3066 E. Perimeter Road Dock 4, Attn: Fred McKoy, AFOSI, Alfred.Mckoy.ctr@ogn.af.mil, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02415742-W 20110403/110401235122-2428cd907e9ac1cb9bd4de60fa8afee1 (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.