Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

58 -- TacSat Radio over Internet Protocol - CLINs and SOW

Notice Date
11/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VTJ51307AC01
 
Archive Date
1/4/2012
 
Point of Contact
Melissa A Robertson, Phone: 813-828-4730, Barbara A. Squitieri, Phone: 813-828-1737
 
E-Mail Address
melissa.robertson.3@us.af.mil, barbara.squitieri@us.af.mil
(melissa.robertson.3@us.af.mil, barbara.squitieri@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work CLINs This is a combined synopsis/solicitation for a commercial supply and/or service prepared 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 a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VTJ51307AC01. This acquisition is a small business set aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Tactical Satellite (TacSat) Radio over Internet Protocol (RoIP) PRC-152. The TACSAT Radio over Internet Protocol (RoIP) Kit will support Joint Force Commanders (JFC) implementing a Joint Special Operations Task Force Headquarters (JSOTF HQ) or a Joint Task Force Headquarters (JTF HQ) during periods of initial entry up to the installation of a more robust communications infrastructure. Joint Force Commanders need a responsive and deployable joint communications infrastructure providing immediate communications and processing for operational support and intelligence functions and providing a versatile foundation for expanding the information and communications infrastructure as required for any phased build-up. The TACSAT package will provide: Two (ea) stand-alone two-way radio communications nets with RoIP connectivity between a base station and forward deployed units for Command and Control (C2) and Logistical support. To accommodate special mission requirements, the TACSAT Package provides hardware, radio frequency connectivity, Radio-over-Internet Protocol connectivity, and up to two additional data and imagery services as required. Salient Features • Utilize two (2) each An/PRC-152 Multi Band Hand Held Radios with H-250 handsets • Contain one (1) each General Dynamics MR1 GoBook computer with a Windows XP Professional OS and a minimum of 40GB solid state storage. Software will include: Microsoft Office Suite, Harris High Performance Waveform Messaging, Harris Integrated Waveform, Adobe Suite, Radio Over IP licenses. • The TACSAT NANO package will contain 2 small lightweight multi band amplifiers operating in 30MHZ - 512 MHZ capable of handling a maximum 5 watt input with an adjustable output up to 20 watts. The amplifiers will have the capability to be remoted within 1 foot of the antennas or operated within the radio case. • The package will have the ability to maintain 2 charged batteries providing a grab-and-run radio capability • The package will a power supply with the capability of accepting 100-260VAC and 12-36VDC. • The package will have a built-in Uninterruptable Power supplies with the capability of providing minimum of 5hrs of operation • The package will have the ability to support 6 additional stand alone radio nets utilizing Radio over IP (RoIP) architecture • The package will contain 1 set of antennas per radio. Antenna VHF/UHF Whip (13.5in); Antenna, SATCOM AV-2125 Coat Pocket • The package must be Mil Std 810G compliant • The package will be in a lockable overhead checkable case IAW IATA regulations • The kit will have all associated cables to include: • Cable Synchronous Side Connector: Harris P/N 12041-7110-A1 • Cable. PPP Data: Harris P/N 12041-7180-A006 • Antenna Adapter: Harris P/N 12049-0500-01 • Mission Fill Kit: Harris P/N 12041-1040-01 The salient characteristics MUST be met for this requirement. For CLINs; see attached CLIN structure sheet for listing of CLINs. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54 effective 02 Nov 2011, DFAR DCN 20111102 effective 02 Nov 2011, and AFFARS AFAC 2011-0714 effective 14 Jul 2011. The North American Industry Classification System code (NAICS) is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (SIC) is 3663, Radio and Television Broadcasting and Communications Equipment. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Equipment is procured on behalf of Joint Communications Support Element (JCSE), 8532 Marina Bay Dr, MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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 Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-54, Employment Eligibility Verification; 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 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (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 or 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Ms Carolyn Choate, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB, IL 62225, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@scott.af.mil. Concerns, issues, disagreement, 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/ACQ, 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. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Tuesday, 20 December 2011, by 8:00 A.M. EST. Submit offers or questions to the attention of Melissa Robertson, 6 CONS/ LGCB, via fax 813-828-5111, or preferably by email to melissa.robertson.3@us.af.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VTJ51307AC01/listing.html)
 
Place of Performance
Address: JCSE/ MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02623881-W 20111117/111115234755-02d8018ec3b1c969d2cd5cf9478f7c91 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.