Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
MODIFICATION

58 -- Trunking/Enterprise System Integration

Notice Date
7/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
F5A3CF4108AC01
 
Archive Date
8/16/2014
 
Point of Contact
Ron Pyles, Phone: 8177827598
 
E-Mail Address
ronald.pyles.1@us.af.mil
(ronald.pyles.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
No telephone inquiries. All questions shall be asked and answered via email at ronald.pyles.1@us.af.mil This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format outlined in FAR Subparts 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The purchase Request number is F5A3CF4108AC01 and is issued as a Request for Quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular FAC 2005-74 and DFARS Change Notice (DPN) 20140528. SET ASIDE: This acquisition is being made as a Total Small Business Set-Aside in accordance with FAR Part. 19.203(c) -- This acquisition is being made under North American Industry Classification System (NAICS) code 334220, with a size standard of 750 employees. REQUIREMENT: See attached Statement of Objective (SOO) and the Line Items below. PRICING: 5 Line items as follows: CLIN 0001 Provide the following goods, services to include but not limited to Trunking/Enterprise Trunking System Integration. QTY: 1 EACH CLIN 0002 Purchase & provide Antenna Omni Directional 380/400MHZ at each locations by providing the following equipment, (1) Antenna OMNIDIRECTIONAL, 230-400MHZ, (1) Antenna Mount, (150) LDF4-50A Cable: 1/2" LDF Heliax PO, (1) L4TNM-PSA Type N Male PS for 1/2 IN, (1) L4TDM-PSA 7-16 DIN Male PS For 1/2, (50) FS14-50B Cable: 1/2" Superflex Poly, (1) F4PDMV2-C 1/2" 7-16 DIN Male COONE, (1) F4PNMV2-HC 1/2" Type N Male Plated, (1) RF SPD, 100-512MHZ, DC Block High P, (3) GK-SUNV Small Universal Grounding K, (1) 221213 Cable Wrap Weatherproofing, (1) Antenna OMNIDIRECTIONAL, 230- 400MHZ, (1) Antenna Mount, (150) LDF4-50A Cable: 1/2" LDF Heliax PO, (1) L4TNM-PSA Type N Male PS for 1/2 IN, (1) L4TDM-PSA 7-16 DIN Mail PS FOR 1/2, (50) FS14-50B Cable: 1/2" Superflex Poly, (1) F4PDMV2-C 1/2" 7-16 DIN Male CONNE, (1) F4PNMV2-HC 1/2" Type N Male Plated, (1) RF SPD, 100-512MHZ, DC Block High P, (3) GK-SUNV Small Universal Grounding K, (1) 221213 Cable Wrap Weatherproofing, (1) Antenna OMNIDIRECTIONAL, 230- 400MHZ, (1) Antenna Mount, (150) LDF4-50A Cable: 1/2" LDF Heliax PO, (1) L4TNM-PSA Type N Male PS for 1/2 IN, (1) L4TDM-PSA 7-16 DIN Male PS FOR 1/2, (50) FS14-50B Cable: 1/2" Superflex Poly, (1) F4PDMV2-C 1/2" 7-16 DIN Male CONNE, (1) F4PNMV2-HC 1/2" Type N Male Plated, (1) RF SPD, 100-512MHZ, DC Block High P, (3) GK-SUNV Small Universal Grounding K, (1) 221213 Cable Wrap Weatherproofing. QTY: 1 EACH CLIN 0003 For Dispatch Position Number One purchase & provide the following equipment at Dispatch Location Number One to include but not limited to software, firmware, hardware, installation, configuration, labor: (1) MCC7500 ASTRO 25 Software, (1) Motorola Voice Processor Module, (1) MCC7500 Basic Console Function, (1) MCC7500/MCC7100 trunking, (1) MCC7500 secure Operations, (1) AES Algorithm, (1) AC Line Cord (North American), (1) 19 inch LCD, Black, non- touch, () Z420 Low Tier Workstation w/Windows 7, (1) Windows supplemental full Configuration, (1) SPD, Type 3, 120V Rack Mount, 15A P, (2) MCC series Desktop Speakers, (1) MCC Series Desktop gooseneck MICROP, (2) MCC Series Headset Jack, (2) HDST Module W/PTT, 15 feet CBL, (2) SUPRAPLUS Single Muff Headset, (1) One dual Pedal Footswitch, (1) MCAFEE Windows AVClient, (1) Dual IRR SW USB HASP with license, (1) PCI Express sound BlsterX-FI XTRE, (1) Creative Labs Inspire A60, (1) UPS, 9130 Tower, 1.5 KVA/1.3KW, 23, (1) 2620-24 Ethernet Switch, (1) GGM 8000 Gateway, (1) AC Power, (1)Encryption (7.12 or later), (1) Common Criteria, (1) High Density ENH CONV Gateway, (1) GGM 8000 Gateway, (1) AC Power, (1) Encryption (7.12 or Later), (1) Common Criteria, (1) Site Manager basic, (1) Aux I-O Serv FW Curr Astro REL, (1) 90 VAC to 260VAC PS TO SM, (3) AAD Term Blck & Conn WI, (1) GCP 8000 Site Controller, (1) QTY (1) Site Controller, (1) Rack Mount Hardware, (1) MCC7500 CONVEN Site Operations, (1) Seven and a Half foot Rack, (1) PDU, AC Edge Rack Mount Distribution, (1) Breaker Kit AIRPAX 10AMP SNAPAC FO, (1)SPD, RJ48 8 Pin, 10/100 Base T TSJ, (1) Rack Mount Ground Bar, 19 In for TS. QTY: 1 EACH CLIN 0004 For Dispatch Position Number Two purchase & provide the following equipment at Dispatch Location Number One to include but not limited to software, firmware, hardware, installation, configuration, labor: (1) MCC7500 ASTRO 25 Software, (1) Motorola Voice Processor Module, (1) MCC7500 Basic Console Function, (1) MCC7500/MCC7100 trunking, (1) MCC7500 secure Operations, (1) AES Algorithm, (1) AC Line Cord (North American), (1) 19 inch LCD, Black, non- touch, () Z420 Low Tier Workstation w/Windows 7, (1) Windows supplemental full Configuration, (1) SPD, Type 3, 120V Rack Mount, 15A P, (2) MCC series Desktop Speakers, (1) MCC Series Desktop gooseneck MICROP, (2) MCC Series Headset Jack, (2) HDST Module W/PTT, 15 feet CBL, (2) SUPRAPLUS Single Muff Headset, (1) One dual Pedal Footswitch, (1) MCAFEE Windows AVClient, (1) Dual IRR SW USB HASP with license, (1) PCI Express sound BlsterX-FI XTRE, (1) Creative Labs Inspire A60, (1) UPS, 9130 Tower, 1.5 KVA/1.3KW, 23, (1) 2620-24 Ethernet Switch, (1) GGM 8000 Gateway, (1) AC Power, (1)Encryption (7.12 or later), (1) Common Criteria, (1) High Density ENH CONV Gateway, (1) GGM 8000 Gateway, (1) AC Power, (1) Encryption (7.12 or Later), (1) Common Criteria, (1) Site Manager basic, (1) Aux I-O Serv FW Curr Astro REL, (1) 90 VAC to 260VAC PS TO SM, (3) AAD Term Blck & Conn WI, (1) GCP 8000 Site Controller, (1) QTY (1) Site Controller, (1) Rack Mount Hardware, (1) MCC7500 CONVEN Site Operations, (1) Seven and a Half foot Rack, (1) PDU, AC Edge Rack Mount Distribution, (1) Breaker Kit AIRPAX 10AMP SNAPAC FO, (1)SPD, RJ48 8 Pin, 10/100 Base T TSJ, (1) Rack Mount Ground Bar, 19 In for TS. QTY: 1 LOT CLIN 0005 Provide 1st Year Enhanced Warranty Services. QTY: 1 EACH FUNDING STATUS: This acquisition is currently UNFUNDED. PROPOSAL EVALUATION: 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 SOO. The lowest price offer will be the first offer reviewed. Offers will be evaluated IAW FAR 13.106-2 & FAR 15.101-2. 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, System for Award Management FAR 52.204-13, System for Award Management 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 (Deviation), 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 52.233-3, Protest After Award FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 252.209-7001, 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 252-215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 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 AFFARS 5352.223-9001, Health and Safety on Government Installations FAR 52.252.1 Solicitation Provisions Incorporated by Reference. 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. 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 AFFARS 5352.201-9101, Ombudsmen 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 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 CONTRACTOR ACCESS TO NAS JRB FORT WORTH. !!! NOTICE!!! NAS FORT WORTH JRB utilizes the RAPIDGate program for installation access 90 day or 1 year passes/badges are available for a fee (Contact the 301 Contracting Flight individual identified in the solicitation/contract for procedures) (a) The contractor shall obtain personal identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on NAS JRB Fort Worth. (b) NAS JRB Fort Worth Access will be granted in accordance with the Installation Access Policy (RAPIDGate). For contracts requiring a daily pass, the primary contractor will be required to submit to the contracting office the following forms: "Application for Activity Access" and a "Request for Employee Access" for each employee and subcontractor employee needing access to the base. For one-day visits (No Fee), the contractor shall submit a request via fax or e-mail to the contracting officer listing the following: reason for visit, contract number if applicable, and names of employees and subcontractor employees needing access to the base. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the NAS JRB Visitor Center the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, vehicle license plate number and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with DOD Security Police Requirements. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (g) Companies can now utilize the on-line enrollment form to enroll in the RAPIDGate® Program. Please refer to the website https://eform.rapidgate.com/ for enrollment. The new process is a fast way to enroll at 1 or many installations/facilities 24x7. 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. DELIVERY LOCATION AND WORK SITE: All equipment shall be delivered and installed at NAS Fort Worth JRB, TX 76127. INVOICING: 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. SUBMISSION GUIDELINES: Submit all quotes to ronald.pyles.1@us.af.mil NLT than 1 Aug 2014 @ 1100 AM Central. This will be the only US Government point of receipt for quotes for this requirement (this includes mail servers). It is the offeror's responsibility to get the proposal in on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Please limit file size to 3MB or less. No telephone inquiries. All questions shall be asked and answered via email at ronald.pyles.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/F5A3CF4108AC01/listing.html)
 
Place of Performance
Address: NAS Fort Worth JRB, NAS Fort Worth JRB, Texas, 76127, United States
Zip Code: 76127
 
Record
SN03428979-W 20140719/140717235635-5bcb0c0c7442cadc10fda9bbd31e7cad (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.