Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

58 -- PORTABLE 2-WAY RADIOS

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB191020-11-05205
 
Archive Date
9/30/2011
 
Point of Contact
Randy E. Schroyer, Phone: (301) 975-6314, Mary Johnson, Phone: 3019756324
 
E-Mail Address
randy.schroyer@nist.gov, Mary.Johnson@nist.gov
(randy.schroyer@nist.gov, Mary.Johnson@nist.gov)
 
Small Business Set-Aside
HUBZone
 
Description
TITLE: PORTABLE 2-WAY RADIO THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13 SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 423690 with a small business size standard of 100 employees. This acquisition is 100% set-aside for small HUBZone businesses*** ***The National Institute of Standards and Technology is seeking to acquire encrypted portable 2-way radios for its Emergency Services Div.*** ***This is a brand name only requirement; any manufacturer other than the stated one will not be accepted*** ***All interested HUBZone small businesses may provide a firm fixed-price quotation for the following Motorola brand-name only equipment: CLIN 0001: APX 6000 700/800 Model 3 Portable Radio, H98UCH9PW7 QTY: 21 ea. CLIN 0002: ADD: ASTRO DIGITAL CAI OPERATION, Q806 QTY: 21 ea. CLIN 0003: ADD: SMARTZONE OPERATION, H38 QTY: 21 ea. CLIN 0004: ADD: ADVANCED SYSTEM KEY - SOFTWARE, QA01749 QTY: 21 ea. CLIN 0005: ENH: MULTIKEY, H869 QTY: 21 ea. CLIN 0006: ENH: AES/DES, DES-XL, DES-OFB, Q15 QTY: 21 ea. CLIN 0007: ADD: P25 9600 BAUD TRUNKING, Q361 QTY: 21 ea. CLIN 0008: ADD: TDMA OPERATION, QA00580 QTY: 21 ea. CLIN 0009: ALT: LITHIUM ION 4000MAH IMPRES FM, QA00582 QTY: 21 ea. CLIN 0010: APX 7000 IMPRES CG SU APX7000 US/NA, WPLN7080 QTY: 3 ea. CLIN 0011: IMPRES CHG MU MACKINAW US/NA/CA/LA, NNTN7065B QTY: 3 ea. CLIN 0012: APX6500 7/800 MHZ MID POWER MOBILE, M25URS9PW1N QTY: 1 ea. CLIN 0013: ENH: ASTRO DIGITAL CAI OP APX, G806 QTY: 1 ea. CLIN 0014: ENH: SMARTZONE OPERATION APX6500, G51 QTY: 1 ea. CLIN 0015: ADD: ADVANCED SYSTEM KEY - SOFTWARE, QA01749 QTY: 1 ea. CLIN 0016: ADD: APX 05 CONTROL HEAD, G442 QTY: 1 ea. CLIN 0017: ADD: CONTROL HEAD SOFTWARE, G444 QTY: 1 ea. CLIN 0018: ADD: DASH MOUNT 05, G66 QTY: 1 ea. CLIN 0019: ADD: NO SPEAKER NEEDED, G142 QTY: 1 ea. CLIN 0020: ADD: CONTROL STATION POWER SUPPLY, G91 QTY: 1 ea. CLIN 0021: ADD: CONTROL STATION OPERATION, W665 QTY: 1 ea. CLIN 0022: ADD: MULTIPLE KEY ENCRYPTION OPERATION, W969 QTY: 1 ea. CLIN 0023: ADD: AES/DES-XL/DES-OFB ENCRYPTION, G851 QTY: 1 ea. CLIN 0024: ADD: P25 TRUNKING SOFTWARE, G361 QTY: 1 ea. CLIN 0025: ADD: TDMA OPERATION, GA00580 QTY: 1 ea. CLIN 0026: ADD: CONTROL STATION DESK GCAI MIC, W382 QTY: 1 ea. CLIN 0027: ADD: NO RF ANTENNA NEEDED, G89 QTY: 1 ea. ***END OF EQUIPMENT LIST*** ***The Contractor shall state the warranty coverage provided for the equipment and the country of origin of the equipment*** Delivery shall be completed not later than 30 days after receipt of an order and shall be FOB Destination. FOB Destination means: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The Contractor shall deliver items 0001 and 0027 to National Institute of Standards and Technology, Building 301 Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001. ***This is an Open-Market Combined Synopsis/Solicitation for equipment/supplies as defined herein. The Government intends to award one Purchase Order for all items as a result of this Combined Synopsis/Solicitation to the lowest priced technically accepptable offeror that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ***Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All questions regarding this solicitation shall be submitted in writing via e-mail to the Contract Specialist, Randy Schroyer, at randy.schroyer@nist.gov no later than August 31, 2011. ***The due date and time for receipt of quotations is September 6, 2011 no later than 4:00PM EST. ***Offerors shall e-mail their quotation to randy.schroyer@nist.gov so that it is received by the response date/time for this solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. The Government intends to make a single award but reserves the right to make multiple awards or make no award as a result of this RFQ. The Government intends to evaluate quotations and award a purchase order without discussions with offerors. Therefore, the offeror's initial quotation should contain the offeror's best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and or all quotations if such action is in the public interest and waive informalities and minor irregularities in quotations received. CLAUSES The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/index.html The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; All interested offerors must be actively registered in the Central Contractor Registry (CCR) at the CCR website www.ccr.gov and must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.232-1 Payments; 52.233-2 Service of Protest 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34 F.O.B. Destination; 52.252-2 Clauses Incorporated by Reference; 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 including subparagraphs: 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; 52.219-3 Notice of Total HUBZone Set-Aside or Sole Source Award; 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; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-1 Buy American Act-Supplies; 52.225-13 Restriction on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration And other appropriate clauses as needed Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB191020-11-05205/listing.html)
 
Place of Performance
Address: To be Determined at Time of Award, United States
 
Record
SN02555963-W 20110901/110831000439-2b99e6183fabaeeb7365a435d2ea8f25 (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.