Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SPECIAL NOTICE

S -- JB Charleston LMR Trunking System Maintenance

Notice Date
8/29/2011
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3B21235AC01
 
Archive Date
9/23/2011
 
Point of Contact
Brett M Rodgers, Phone: 843-963-4541
 
E-Mail Address
brett.rodgers.1@us.af.mil
(brett.rodgers.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Reference Number is F1M3B21235AC01. The 628th Contracting Squadron, 101 E. Hill Blvd., JB Charleston, SC, requires LMR Trunking System Warranty Extension/ Maintenance on E.F. Johnson System (6 mo). The 628th Contracting Squadron intends to make an award to E F JOHNSON COMPANY, 1440 CORPORATE DR, IRVING, TX 75038-2401. Market research was performed and information gathered in determining this company to be the only source for this requirement. In accordance with FAR Part 5.207-13(e) Fed Biz Ops Numbered Note 22 applies and is modified to read: The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to response to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the appointed due date will be considered by the Government. A determination by the Government not to compete with this proposal 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. The Justification for the Sole Source follows: E.F. Johnson Technologies, Inc. is the manufacturer of the IP25 LMR Trunking Systems. If the equipment was to breakdown and E.F. Johnson was not at our disposal, it would adversely affect the mission of Joint Base Charleston. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.203-3 Gratuities. FAR52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alt I. FAR 52.204-4 Printed Copied Double-Sided or Recycled paper. FAR 52.204-7 Central Contractor Registration. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35Equal Opportunity for Disabled Veterans. Veterans of the Vietnam Era or Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-. FAR52.222-50 Combating Trafficking in Persons. FAR 52.222-.33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.253-1 Computer Generated Forms. FAR 52.233-4 Applicable law for Breach of Contracts. FAR 52.242-13 Bankruptcy. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 Disclosure of Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. DFARS 252.225-7001 Buy American Act or Balance of Payments Program. DFARS 252.225-7002 Qualifying country sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports. DFARS 252.243-7002 Request for Equitable Adjustments, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52-252-6 with the following fill in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of use of Class Ozone Depleting Substances. AFFARS 5352.201-9101 Ombudsman. (10 AUG 2005) (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 OMBC A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.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. FAR 52.219-28 Post Award small business Program Representation. FAR 52.252-2 Clauses Incorporated by reference. With the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of use of Class Ozone Depleting Substances. Clauses maybe accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Response to this notice must be received via email by 09 September 2011, no later than 1200 NOON Eastern Standard Time. Requests should be marked with Reference Number F1M3B21235AC01. Address questions to 2d Lt Brett Rodgers, Contract Specialist, at (843) 963-4541, fax (843) 963-5183, email: brett.rodgers.1@us.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton.6@us.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3B21235AC01/listing.html)
 
Place of Performance
Address: JB Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02553836-W 20110831/110829235708-6c07c35ffa904b95dcc3bd031f9f765e (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.