Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

58 -- Land Mobile Radios

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3Q11233AC01-LMR
 
Archive Date
10/1/2011
 
Point of Contact
Glory A. Baccus, Phone: 2088283109, David J. Wright, Phone: 208-828-6477
 
E-Mail Address
glory.baccus@mountainhome.af.mil, david.wright@mountainhome.af.mil
(glory.baccus@mountainhome.af.mil, david.wright@mountainhome.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3Q11233AC01 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and through Department of Defense Acquisition Regulation Change Notice 20110819. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as Full and Open Competition. North American Industrial Classification Standard: 334220; Small Business Size Standard: 750 EMP (v)CLIN 0001 -Portable, XG-100P, 136-870MHz, Model # XP-100F, "Or Equal" QTY: 22 Ea CLIN 0002- Feature Package, P25 Trunking (Includes P25 Conv.), Model # XPPL4B, "Or Equal" QTY: 22 Ea CLIN 0003- Feature Package, P25 Encryption, Model # XPPL4C, "Or Equal" QTY: 22 EA CLIN 0004- Feature, OTAR Model # XPPL5L, "Or Equal" QTY: 22 Ea CLIN 0005- Feature, P25 OTAP Profile, Model # XPPL5K, "Or Equal" QTY: 22 Ea CLIN 0006- Antenna, Unity, 136-870 MHz, Helical Model # XPNC8A, "Or Equal" QTY: 22 Ea CLIN 0007- Battery, Li-Ion, IS Certified, FM Model # XPPA3B, "Or Equal" Qty 22 Ea CLIN 0008- Battery Li-Ion, IS Certified, FM (spare) Model # XPPA3B, "Or Equal" QTY: 22 Ea CLIN 0009- Belt Clip, Metal, Model # XPHC3L, "Or Equal" Qty: 22 Ea CLIN 0010- Charger, 1-Bay, Tri-Chemistry, Model # XPCH4A, "Or Equal" QTY: 22 Ea CLIN 0011- Cable, KVL, Key Loading, "Or Equal" QTY: 1 Ea CLIN 0012- Cable, USB, Programming, "Or Equal" QTY: 1 Ea CLIN 0013- XTL 5000 VHF Mobile 10-50 Watt 136- Part # M20KSS9PW1 N, "Or Equal" QTY: 25 Ea CLIN 0014- ENH: Software ASTRO Digital CAI OPE Part # G806, "Or Equal" QTY: 25 Ea CLIN 0015- ENH: 3600 SMARTZONE Operation, Part # G51, "Or Equal" QTY 25 Ea CLIN 0016- ADD: XTL 5000 Control Head, Part # G442 (includes: ADD: Control Head Software Part #G444), "Or Equal" QTY: 25 Ea CLIN 0017- ADD: Dash Mount, No Control Head, Part # G66, "Or Equal" QTY: 25 Ea CLIN 0018- ADD: Antenna 1/4 Wave Roof Top VHF, Part # G300, "Or Equal" QTY: 25 Ea CLIN 0019- ADD: Motorcycle Palm Microphone, Part # W22, "Or Equal" QTY: 25 Ea CLIN 0020- ADD: Auxiliary Speaker Spectra Motor, Part # B18, "Or Equal" QTY: 25 Ea CLIN 0021- ENH: Enhanced Digital ID display, Part # G114, "Or Equal" QTY: 25 Ea CLIN 0022- ENH: ASTRO Project 25 Trunking Soft, Part # G361, "Or Equal" QTY: 25 Ea CLIN 0023- ADD: Encryption UCM 30 SEC, Part # G159, "Or Equal" QTY: 25 Ea CLIN 0024- ADD: AES Encryption, Part # G843, "Or Equal" QTY: 25 Ea CLIN 0025- ADD: Encryption P25 and MDC OTAR, Part # G298, "Or Equal" QTY: 25 Ea CLIN 0026- ENH: 2 Year Repair service advantage, Part # G78, "Or Equal" QTY: 25 Ea CLIN 0027- ADD: VHF PREAMP 136-174, Part # W12 (Includes: ADD: Printed Test Results, Part # G799), "Or Equal" QTY: 25 Ea CLIN 0028- "Or Equal" Required Features Portable P25 Trunked radio 136-174 MHz, Power out 5-6 Watts; P25 AES Encryption with OTAR; FM approved radio and battery; Front display; Completed Project 25 Compliance Assessment Program on Harris P25 System; Programming software must be on AF Approved Software List; Belt Clip; meets Mil Specs 810 C, D, E, & F, "Or Equal" QTY: 108 Ea (vi) "Notice to Offerors": Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." (vii) FOB-Destination for delivery to: 366 CS/SCML, Attn: MSgt Andrew Vande Hei, 366 Gunfighter Ave, Ste 109, Mountain Home AFB, ID 83648. Delivery NLT: 31 Oct 11. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and salient characteristics. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, w/Alternate I; FAR 52.202-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8 Utilization of Small Business; FAR 52.219-14 Limitations on Subcontracting; 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and 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; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Over SAT ). (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiv) The provision at FAR 52.212-2 Evaluation-Commercial Items, applies to this acquisition. The evaluation for this acquisition is based on price and technical review of salient characteristics. (xv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xvi) Numbered Notes (xvii) Quotes must be emailed to Glory Baccus at glory.baccus@mountainhome.af.mil or faxed to (208) 828-2685. Quotes are required to be received no later than 16:30 MST, 16 Sep 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3Q11233AC01-LMR/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Mountain Home, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02566902-W 20110910/110908235559-bce76f281a6d8226bbd37e924739ec6a (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.