Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

58 -- Motorola Radio Upgrade

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2K3AQ3093A001
 
Archive Date
7/19/2013
 
Point of Contact
Katherine M. Dorn, Phone: 5058465883, Rafaela Kovacs, Phone: 5058467691
 
E-Mail Address
katherine.dorn@kirtland.af.mil, rafaela.kovacs@kirtland.af.mil
(katherine.dorn@kirtland.af.mil, rafaela.kovacs@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and authorized by FAR subpart 13.5, 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. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 811213, Size Standard $10.0M. Solicitation/Purchase Requisition Number F2K3AQ3093A001 is issued as a Request for Quote (RFQ) in accordance with FAR Subpart 13.5. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-66, effective 1 Apr 2013. The Government intends to award a firm-fixed price contract for the following: CLIN 0001: Flash upgrade Motorola XTS5000 portable radios to P25 9600-baud SmartZone Trunking with RS232Data, Over-the-Air-Rekeying (OTAR) and Over-the-Air Provisioning (OTAP). QTY: 158 Each (GFP) CLIN 0002: Flash upgrade Motorola XTS5000 portable radios to P25 9600-baud SmartZone Trunking with RS232Data, Over-the-Air-Rekeying (OTAR) and Over-the-Air Provisioning (OTAP). QTY: 347 Each (GFP) CLIN 0003: Flash upgrade Motorola XTL5000 base station (Consolette) to P25 9600-baud SmartZone Trunking with RS232 Data, Over-the-Air-Rekeying (OTAR) and Over-the-Air-Provisioning (OTAP) QTY:12 Each (GFP) CLIN 0004: Flash upgrade Motorola XTL5000 Mobile radios P25 9600-baud SmartZone Trunking with RS232 Data, Over-the-Air-Rekeying (OTAR) and Over-the-Air-Provisioning (OTAP). QTY: 20 Each (GFP) CLIN 0005: Motorola APX7500 single band UHF R1MP, Part Number: l30QSS9PW1AN. Must include Software Astro Digital CAI Operation; Encryption P25 and MDC OTAR; AES Encryption; APX 7500 Two (2) Year Repair Service Advantage; Full FP W/05/Keypad/Clock/VU; SmartZone Operation APX7500; Advanced System Key - Software Key; P25 Trunking Software; Over the Air Provisioning; and RS232 and IV&D Packet Data Interface. QTY: 4 Each CLIN 0006: Motorola AC Line US, Part Number: CA01598AB. QTY: 4 Each CLIN 0007: Motorola AP Control Station Palm MIC GCAI, Part Number: W382. QTY: 4 Each CLIN 0008: Motorola APX6500 UHF R1 Mid power, Part Number: M25QSS9PW1AN. Includes: SmartZone Operation; Software Astro Digital CAI Operation; Control Station Desk GCAI MIC; Encryption P25 and MDC OTAR; AES Encryption; Advanced System Key - Software Key; Two (2) Year Express Service Plus; Dash Mount 05; O5 Control Head; Control Head Software; Control Station Operation; Control Station Power Supply; P25 Trunking Software; Programming Over P25 (OTAP); and RS232 and IV&D Packet Data Interface. QTY: 1 Each CLIN 0009: Motorola Part Number: G89AA, No Antenna Needed. QTY: 1 Each CLIN 0010: Motorola APX remote Consolette interfaces. Includes MCD5000 Deskset and RGU power supply, Ethernet cable 10' with red and black. MCD 5000 Deskset radio gateway unit (RGU). QTY: 3 Each CLIN 0011: Motorola XTS5000 radio batteries, 1800 MAH FM NIMH. QTY: 18 Each Please refer to the attached Statement of Work (SOW) for more information. Manufacturer: Motorola Solutions, Inc. Desired Project Completion Date: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination In accordance with FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Technical acceptability is determined as conformance to the requirements of each CLIN and SOW as well as each offeror having no negative past performance reported in Federal Awardee Performance and Integrity Information System (FAPIIS). The lowest price offer will be the first offer reviewed. Offers will be evaluated IAW FAR 13.106-2. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: FAR 52.202-1, Definitions FAR 52.203-12, Limitation on Payments in Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, Central Contractor Registration FAR 52.204-13, Central Contractor Registration Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.203-6, Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.237-1, Site Visit FAR 52.242-13, Bankruptcy FAR 52.245-1, Government Property FAR 52.246-4, Inspection of Services - Fixed Price DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.211-7007, Reporting of Government Furnished Property 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 [in paragraph(s) (a) and (b) the following clause(s) apply: FAR 52.203-3, DFARS 252.203-7000, 252.225-7012, 252.232-7003, 252.243-7002, 252.246-7004, 252.247-7023] DFARS 252-215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002, Reporting Loss of Government Property DFARS 252.245-7003, Contractor Property System Management Administration DFARS 252.245-7004, Reporting, Reutilization and Disposal DFARS 252.247-7022, Representation of Extent of Transportation by Sea AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installation The following full text provisions and clauses apply to this procurement: FAR 52.233-2, Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Rafaela A. Kovacs, 8500 Gibson Blvd SE, Bldg 20202, Rm 128, Kirtland AFB, NM 87111. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.252-1, 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/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. RERESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILTIY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD APPROPRIATIONS (DEVIATION 2013-O0006) (a) In accordance with section 101(a)(3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) AFFARS 5352.201-9101, Ombudsmen OMBUDSMAN (Nov 2012) (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 of 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, AFISRA ombudsmen, or AFNWC Ombudsmen: Ms. Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K3AQ3093A001/listing.html)
 
Record
SN03110664-W 20130711/130709234743-eae0d5f195c6da02a694bb3db569a3df (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.