Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

D -- Sole Source Motorola Smartnet System Annual Maintenance - J&A Sole Source

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3AQ1157AC02
 
Archive Date
8/27/2011
 
Point of Contact
Yolanda Lillard, Phone: 210-652-9106, Vivian Fisher, Phone: 210 652-5171
 
E-Mail Address
yolanda.lillard@randolph.af.mil, vivian.fisher@randolph.af.mil
(yolanda.lillard@randolph.af.mil, vivian.fisher@randolph.af.mil)
 
Small Business Set-Aside
Emerging Small Business
 
Description
Sole Source J&A SOLE SOURCE NOTICE: The 902d Contracting Squadron at Randolph AFB intends to award a contract on a Sole-Source basis for the purchase of MOTOROLA - SMARTNET SYSTEM ANNUAL MAINTENANCE per items listed in the Description of Supplies/Services. The Government intends to solicit and negotiate with only one source however interested persons may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received within 3 work days after date of publication of this notice. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Please ensure quotes are good for 45 days. Award will be made in accordance with FAR parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). The NAICS Code is 811213; size standard is 10.0 million. This synopsis of proposed contract action does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. IAW 10 U.S.C. 2304c (1), as implemented by FAR Part 6.302-1-- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A Firm Fixed Priced Award will be in accordance with the following Description of Supplies: DESCRIPTION OF SUPPLIES/SERVICES A. Following items will be provided: CLIN: 0001 Dispatch Service, Smartzone Station Astro, Quantity 12 months CLIN: 0002 Technical Support Technical Support 12 months CLIN: 0003 Infrastructure Repair with ADV replacement Smartzone Station Quantity 12 months CLIN: 0004 On site Infrastructure Response On Site Infrastructure Response -control stations, Quantity 12 months CLIN: 0005 Network Preventative Maintenance A, System Survey and Analysis- Station Quantity 12 months CLIN: 0006 Radio Repair Service, Consolette Quantity 12 months CLIN: 0007 Radio Repair service, Quantity 9 months, 01 January 2012 to 30 September 2013 Period of Performance for all CLINS: 1 October 2011 through 30 September 2012. This contract will be awarded based on FAR 52.232-18 "Availability of funds". SOLE SOURCE JUSTIFICATION: Randolph AFB's PWCS office requires continued maintenance warranty coverage on Trunked Land Mobile Radio System Infrastructure Components and depot maintenance for its handheld base stations and vehicular mounted radios. Currently, Motorola's extended service warranty covers 1,094 items of radio equipment which will expire 30 September 2011. Motorola's U.S. Federal Government Markets Division completed a system design and analysis in June of 2000 for Randolph's trunked radio system requirements. The system design calls for the eventual integration of Randolph's trunked radio equipment with San Antonio Radio Trunking System (SARTS). Other members of the SARTS include Lackland AFB, Brooks AFB, Fort Sam Houston, Camp Bullis, Wilford Hall Medical Center, and Brooke Army Medical Center. This system design and analysis, along with all of the radio equipment used on Randolph's 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 warranty and/or 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 deemed to be the only source that can satisfy agency requirements. CONTRACT TERMS AND CONDITIONS Award will be made using Simplified Acquisition Procedures. Evaluation procedures in FAR Part 13.106-2 will be utilized. Interested parties capable of providing the above must submit a written price quote to include discount terms, Cage Code, DUNS number, Tax Identification Number and clear evidence of the ability to meet the requirements of this combined synopsis/solicitation. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at: FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained at http://farsite.hill.af.mil FAR Part 52 or online at http://orca.bpn.gov. 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998). 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 this address: http://farsite.hill.af.mil The following clauses apply to this acquisition: 52-212-4 Contract Terms and Conditions-Commercial Items 52.212-4 Addendum Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if (A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if (A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractors verbal or written agreement. 52.212-5 Contract Terms and Conditions/ Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders/ Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference (Feb 1998); 252.204-7004 Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7001 Hazard Warning Labels; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Report of Intended Performance Outside the United States. 5352.201-9101 Ombudsman; Responses to this notice shall be provided in writing to Contracting Specialist Yolanda Lillard via email: yolanda.lillard@us.af.mil (Alternate: vivian.fisher @us.af.mil) no later than 12:00 PM CST on 12 August 2011. Place of Performance Randolph Air Force Base
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3AQ1157AC02/listing.html)
 
Place of Performance
Address: Throughout Randolph Air Base, 395 B Street West Ste 2, Randolph, AFB, SAN ANTONIO, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02529669-W 20110812/110811000252-1be402118256e40e09caad8b3515f534 (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.