Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

59 -- P25 Radio System

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN14T0053
 
Response Due
9/26/2014
 
Archive Date
11/21/2014
 
Point of Contact
Marcos A. Torres, 904-823-0551
 
E-Mail Address
USPFO for Florida
(marcos.a.torres@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is issued as a request for quotation (RFQ). This synopsis/solicitation is issued for commercial items in accordance with FAR Part 13-Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective August 25, 2014. NAICS 334220 small business size standard is 750 employees. This acquisition is unrestricted. Description of requirement: The Florida Army National Guard is seeking a vendor that will provide 12 P25 radios with its own channel and utilize existing Tait radio infrastructure. This project requires equipment, installation and warranty only to add one VHF P25 conventional channel to an existing Tait system already in place in Camp Blanding Joint Training Center (CBJTC). This will entail one transmit/receive repeater at the primary transmitter location and two voted receivers located at the two remote sites. All installation and service to be provided. Twelve portable P25 conventional subscribers for the use on the network with programming cable, desktop chargers and extra batteries. The system must also be able to communicate with existing radio frequencies of Camp Blanding Range Control network. The radio system must comply with the 12.5 kHz bandwidth channel as defined by the NTIA and shall be in compliance with P25 standards. Camp Blanding's current system consists of: 1) A main central radio base system that includes two radio units with a master radio antenna tower and antennas. 2) A central repeater that includes several transmitter modules, two main power transmitter amplifiers for transmission to the base system, and a central radio antenna tower with antennas. 3) Two repeater sites, each that include several transmitter and receiver modules and a repeater antenna tow FOB Destination to: 2305 5629 SR 16 W Bldg 3150 Starke, FL 32091-9710, Attn: MSG Rogers Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisition. Award will be made on the basis of lowest-price technically acceptable based on principles of FAR Subpart 15.1 as authorized by FAR Part 13, Simplified Acquisition Procedures (SAP). Provision for Evaluation: Award will be made to the responsible contractor (see FAR Part 9) whose quote or offer meets the lowest price/technically acceptable. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award: Price, Warranty conditions. Evaluation will be in accordance with FAR Subpart 13.106-2. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote should contain the offeror's best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price award. The basis for award will be Contract Line Item Numbers (CLINs): 0001, 12 P-15 Radios with its own channel. (Firm-Fixed Price) The following clauses and provisions apply to this acquisition: FAR 52.204-7, System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; 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, with the following applicable clauses in paragraph (b): FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act, ALT I FAR 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act Certificate, ALT I FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.252-5 Authorized Deviations in Provisions; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.204-7004 Required Central Contractor Registration Alternate A; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items, with the following clauses incorporated by reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7000, Buy American Statute--Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.247-7023, ALT III, Transportation of Supplies by Sea-Alternate III DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Note: Contractor will be required to utilize Wide Area Workflow (WAWF) for electronic submission of payment requests (https://wawf.eb.mil/) Submittal requirements: Offerors shall submit quotations including information required by the applicable provisions which outline the following: 1. Pricing for CLIN 0001; 2. Information required by Provision for Evaluation above; 3. Quotes must also include completed representations and certifications in the provisions 52.212-3 Alt. I and 252.212-7000, except that 252.212-7000 need not be filled out if the offeror has completed the pertinent representations and certifications in Online Representation and Certifications Application (ORCA) at www.bpn.gov within the past 12 months. If the offeror has completed 52.212-3 Alt I in ORCA, include the appropriate certification. Complete the following and submit with quotation: FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I--If you have completed in SAM.gov no action required. If not on SAM.gov you need to submit a completed copy. 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds appropriated by the Department of Defense Appropriations Act, 2014 and by the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) 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; or (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 a 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) Offers are due September 26, 2014 at 10:00 AM Eastern. Oral quotations will not be accepted. Faxed offers must be readable to be considered. Fax offers to (904) 823-4749 attn: Marcos Torres. Mail offers to USPFO for Florida, Attn: Jeff Moore, PO Box 1008, St. Augustine, FL 32085-1008. Physical address delivery address, 189 Marine St., St. Augustine, FL 32084. Email offers to marcos.a.torres.mil@mail.mil. Any questions shall be addressed in writing no later than 24 hours prior to receipt date and time to SFC Marcos Torres @ marcos.a.torres.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN14T0053/listing.html)
 
Place of Performance
Address: RTI 5629 SR16 W Bldg 3150 Starke FL
Zip Code: 32091
 
Record
SN03522336-W 20140924/140922235659-8a4eca72cde89995ec972e3205c87431 (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.