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
SPECIAL NOTICE

J -- Motorola IC2 Maintenance

Notice Date
8/30/2011
 
Notice Type
Special Notice
 
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
F3P3AQ1126AC03
 
Archive Date
9/23/2011
 
Point of Contact
Nicholas A. Griswold, Phone: 210-652-8882, Rhonda Chavez,
 
E-Mail Address
nicholas.griswold@randolph.af.mil, Rhonda.Chavez@us.af.mil
(nicholas.griswold@randolph.af.mil, Rhonda.Chavez@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 902D Contracting Squadron at Randolph AFB intends to award a contract on a Sole-Source basis for the purchase of items listed in the Description of Supplies/Services. The proposed contract action is for a maintenance coverage agreement that the Government intends to solicit and negotiate with only one source. 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, all quotes received by the closing date of this notice will be considered by the Government. 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. Notice: funds are not currently available for this procurement. This notice for commercial services is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The incorporated provisions and clauses of this solicitation document are those in effect through Federal Acquisition Circular 2005-53. This notice is unrestricted. The NAICS Code is 811213; size standard is $10M dollars. Only one source is capable of responding due to the unique/specialized nature of the work. 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 Description: Maintenance service agreement coverage for Integrated Command and Control (IC2) Communications Consoles for the Randolph AFB Fire Department, Security Forces, and Aircraft Maintenance Operations Center. Quantity: One (1) B. Period of Performance: 1 October 2011 through 30 September 2012. SOLE SOURCE JUSTIFICATION: The IC2 system design and analysis, along with the IC2 equipment used on Randolph's Trunked Radio System, is proprietary intellectual property owned by Motorola. Motorola is the only known source that can satisfy the Government's requirement because technical specifications are only available from the manufacturer and cannot be made available to other sources since the Government does not own, or have legal access, to proprietary information. Due to proprietary technical data and copyrights to equipment held by Motorola, it is deemed that Motorola is 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, and Tax Identification Number. 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. Responses to this notice shall be provided in writing to Nick Griswold at nicholas.griswold@us.af.mil no later than 04:00 PM CST on 08 Sep 11. Alternate POC: Rhonda Chavez at rhonda.chavez@us.af.mil. 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. 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: 52.204-7 Central Contractor Registration (Apr 2008) 52.204-10 Reporting Executive Compensation And First-Tier Subcontract Awards (JUL 2010) 52.232-18 Availability of Funds 52.252-1 Solicitation Provisions Incorporated by Reference 52.212-4 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. 52-212-4 Addendum 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; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 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 Electronic Submission of Payment Requests and Receiving Reports 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 5352.201-9101 Ombudsman
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3AQ1126AC03/listing.html)
 
Place of Performance
Address: Randolph AFB, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02556448-W 20110901/110831000947-1d4c4ad5e14521ac0a4609fccfb0b16e (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.