Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

58 -- Motorola Dispatch Radio Console - Attachment 1 - Brand Name Justification

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP330012Q0042
 
Archive Date
4/19/2012
 
Point of Contact
Alan M Noble, Phone: 717-770-4192
 
E-Mail Address
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Brand Name Justification Attachment 1: Brand Name Motorola CLIN Breakdown This acquisition is being restricted to the brand name Motorola for the acquisition of the Motorola MCC-7500 radio console for DLA Distribution San Joaquin, CA. Only the Brand Name Motorola will meet the agency's needs. DLA Information Operations at New Cumberland, PA site at San Joaquin, CA requires the Motorola MCC-7500 radio console and associated components to support DLA's mission at DLA Distribution San Joaquin, CA, and interface with two existing Motorola MCC-7500 radio consoles at the depot. DLA Information Operations at New Cumberland, PA site at San Joaquin, CA require the following components that make up the MCC-7500: Brand Name Motorola Part Number; Brand Name Motorola Description SQM01SUM0193; A25 7.X Master Site Upgrade Model ADD: CA00996AF; ADD: NM/ZC License Key 7.7 ADD: CA00997AF; ADD: UCS License Key 7.7 B1905; MCC 7500 ASTRO 25 Software B1933; Motorola Voice Processor Module ADD: CA00147AF; ADD: MCC 7500 Secure Operation ADD: CA01221AB; ADD: MCC 7500 Dispatch Console High ADD: CA00140AA; ADD: AC Line Cord, North America ADD: CA00182AB; ADD: AES Algorithm DS019BLK; 19" LCD, Black, Non-Touch DDN9973; Z400 Mid Tier Workstation with Vist T7448; Windows Supplemental Full Config L3225A; Certified Keyboard for RSD Servers L3226A; Certified Optical Wheel Mouse For R DSSL120; SPD, Type 3, 120VAC, 15A Plug-In WI B1912; MCC Series Desktop Speaker B1914; MCC Series Desktop Gooseneck MICROP B1913; MCC Series Headset Jack RLN6098; HDST Module Base W/PTT, 15, CBL RMN5077A; Supraplus Single Muff Headset DSVPR3MCC; Protection Module for MCC 7500 Oper DSTWIN6328A; Provides One Dual Pedal Footswitch DDN9607; Symantec Anti Virus 10.2.1 Corp ED DDN9617; SW Based Dual IFF USB HASP with LIC DDN6493; Sound Card Audigy SE CDN6673; Creative Labs Inspire A60 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Acquisitions of Commercial Items and FAR 13 - Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation SP3300-12-Q-0042 is being issued as a Request for Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-56 effective 02 March 2012, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120312 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-26. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is unrestricted to business size. For informational purposes, the associated North American Industry Classification System (NAICS) code is 334220 with a small business size standard of 750 employees. The Government is not soliciting for the "same old way" of doing business. The Government encourages quotes that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Delivery and Place of Performance Ship to: DLA Distribution San Joaquin, CA Tracy, CA 95304 Place of Performance for Installation Services: DLA Distribution San Joaquin, CA Tracy and Sharpe, CA sites Attachments: Attachment 1: Brand Name Motorola CLIN Breakdown Attachment 2: Brand Name Justification Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The preferred method of payment is by Government Purchase Card, but it is not required to be eligible for award. The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Pricing for all CLINs - See Attachment 1 (4) Letter from Motorola on Motorola letter head providing evidence as an authorized distributor for Motorola products. (5) If payment by Government Purchase Card without any additional cost or fee to the Government is acceptable, then the offeror is to make a similar or same statement; otherwise, the payment method will be through Defense Finance and Accounting Services (DFAS). (6) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (7) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) Evaluation: The Government intends to issue a single firm-fixed priced award to the lowest priced technically acceptable offeror. Technical acceptability evaluation: Authorized Motorola distributor: The minimum requirement to be found technically acceptable as an authorized Motorola distributor is to provide a letter from Motorola on Motorola letter head stating the offeror is an authorized distributor. If the offeror does not provide evidence as an authorized Motorola distributor, the contractor will not be further considered for award nor evaluated for price. Price: The Government intends to issue a single firm-fixed price award to the lowest priced technically acceptable offeror on an all or non-basis. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to FAR 52.212-4: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items in paragraph (b) the following clauses apply: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 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 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36, Payment by Third Party DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. DFARS 252.232-7010, Levies on Contract Payments DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) All questions and inquiries should be addressed via email to Alan.Noble@dla.mil, Request for Quote Number SP3300-12-Q-0042. Pricing and representations/certifications are required NLT 4:00 PM EST APRIL 4, 2012. This information should be submitted to above email address or faxed to 717-770-7591. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330012Q0042/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin, CA, Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN02700897-W 20120322/120320235504-844cd06cc821d0b3ca239378cff8be30 (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.