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

58 -- 48FTS Radio Upgrade UHF/VHF - SOW

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N1D34217AA01_2
 
Archive Date
10/10/2014
 
Point of Contact
Jessica L Ayers, Phone: 6624347766, Micael L. Jiggetts, Phone: 6624347761
 
E-Mail Address
jessica.ayers@us.af.mil, micael.jiggetts@us.af.mil
(jessica.ayers@us.af.mil, micael.jiggetts@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Previous Questions RFQ Statement of Work dated 22 September 14 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 & 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N1D34217AA01. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition will be competed Full and Open, "Brand Name or Equal". The associated North American Industry Classification System (NAICS) code is 517911, Telecommunications Resellers. Columbus Air Force Base has a requirement to remove the inoperative elements of the existing UHF/VHF radio system, install/integrate the new equipment and relocate the existing system in Building 230 on Columbus AFB, MS. The contractor shall provide all supervision, labor, equipment, tools, supplies, transportation and other items necessary to provide, install and upgrade the current UHF/VHF radio system which is utilized in command and control assistance for ground/air and ground/ground communications capability with aircraft. The purchase will allow simultaneous communication on both military (UHF) and civilian (VHF) airborne frequency bands independent of 14 CS and its equipment. The UHF/VHF radio system upgrade includes at a minimum, but not limited to, two (2) PTSH-104 Amplified Remote Speaker, two (2) PTMP-150 Hand Microphone, 2 (2) URE-U-A50-100-5: URC-200 Ground to Air Radio Remote Control Cable, 200ft (two hundred feet) LMR 400 Coax Cable, two (2) BNC Connectors, two (2) N Male Connectors, installation materials, labor and training for end user, if required. Labor includes, but not limited to, installation of new equipment, relocate existing radio system stack from current location to closet area, integrate new equipment with existing equipment, test for proper functions and ensure operability prior to departure. The proposed UHF/VHF radio upgrade shall be compatible with the current URC-200 Ground to Air Radio system, in accordance with the attached Statement of Work (SOW) dated 8 August 2014. All items are BRAND NAME or EQUAL. Manufacturer of Part Numbers provided is General Dynamics C4, Inc. FOB: Destination, delivered to Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area WorkFlow Payment Instructions, 252.232-7010, Levies on Contract Payments; 252.247-7023 Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL CAPABILITY- All offers will be reviewed to ensure the capabilities of the transceivers and other equipment offered will meet the needs of the Government in accordance with the SOW, dated 22 September 2014. Provide cut sheets of products proposed when you submit your quote. PRICE-The price proposed will be included as part of the evaluation. Award will be made in the aggregate, all or none. The Government reserves the right to award without discussions. Contact Jessica Ayers, Contracting Administrator (CA), telephone (662) 434-7766, or e-mail: jessica.ayers@us.af.mil Additional contact, Micael Jiggetts, telephone (662) 434-7761, or e-mail micael.jiggetts@us.af.mil. All offers must be submitted by e-mail to the Contract Specialist no later than 25 September 2014 by 2:00 p.m. CT. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted. This requirement has previously been solicited as a Small Business Set-aside. The Small Business Set-aside has been disolved and is now FULL AND OPEN COMPETITION. Attached are questions submitted during the previous solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N1D34217AA01_2/listing.html)
 
Place of Performance
Address: 48th Flying Training Squadron, Building 230, Columbus AFB, Columbus, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN03522354-W 20140924/140922235711-8bf039c9b2785249293ec53d6e089532 (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.