Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
MODIFICATION

D -- Motorola Hardware Assessment and Optional Replacement Parts

Notice Date
11/26/2014
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5715Q80017
 
Archive Date
1/20/2015
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5715Q80017 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-77, effective November 13, 2014. The NAICS Code is 541990; the Small Business size standard is $15 million. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is supporting the U.S. Africa Command Counter Narcotics (USAFRICOM CN) Interagency Fusion Program (IFP) with enhancing counter narcotics efforts in Africa. The Volpe Center has been tasked with supporting AFRICOM's Communications Relay Systems installation work, in accordance with the Statement of Work (SOW) below. Statement of Work (Begin) Background The Volpe Center operates within the Office of the Secretary of Transportation, Office of the Assistant Secretary for Research and Technology (OST-R). The Volpe Center provides research, analysis and systems capability to the Department of Transportation (DOT) and other agencies requiring expertise in national transportation and logistics programs and is a critical resource for innovation in transportation. Our mission is to improve the nation's transportation system by anticipating emerging transportation issues and to serve as a center of excellence for informed decision making. Since 1970, the Volpe Center has provided critical support to the DOT modal administrations and offices, other Federal agencies, state and local governments and organizations, foreign governments and entities, and the private sector. The Volpe Center's eight Technical Centers encompass all of the research, innovation, technology, and program analysis functions performed on behalf of our sponsors. Each Technical Center leverages multi-disciplinary capabilities to address national transportation goals. The Volpe Center's Situational Awareness and Logistics Division (RVT-52) supports the USAFRICOM CN Interagency Fusion Program (IFP) with enhancing counternarcotic efforts in Cape Verde, Ghana, Senegal, Tanzania, and The Gambia. The Counter Narcotics IFP has been tasked with increasing the capabilities of the West Africa countries of Ghana and Tanzania. Capabilities include the installation of additional Very High Frequency (VHF) Communications Relay Systems. These VHF Communications Relay Systems will help monitor both land border crossings (Judicial and National Police) and Maritime (water border crossings). Scope of Work The purpose of this procurement is to obtain an assessment of: 1) the expected useful life of (50) Motorola XTL 2500 VHF Base stations and approximately (100) Motorola APX digital hand held radios that are currently deployed throughout Tanzania; and 2) the quantities of spare and replacement parts recommended for the sustainment of (100) Motorola XTL 2500 VHF Base stations and approximately (150) Motorola APX digital hand held radios that are currently deployed throughout Tanzania for the expected useful life. In addition, this procurement provides for options to purchase Motorola spare/replacement parts identified in CLINs 0200 - 0600. Deliverables Assessment (CLIN 0100) The contractor shall provide an assessment of the expected useful life of (50) Motorola XTL 2500 VHF Base stations, and Motorola APX digital hand held radios. The factors for the Motorola XTL 2500VHF Base stations should be based on an "office environment" and the radios in a high use capacity. The contractor shall quantify the list of recommended parts identified in CLINs 0200 - 0600. The assessment shall be submitted in MS Word or PDF format as a one page document, via email to the Contracting Officer and the Technical Point of Contact (Name and Email Address to be provided upon award). The assessment shall be submitted within 10 calendar days after purchase order award. Optional Spare/Replacement Parts (CLINs 0200 - 0600) Based upon the Volpe Center's review of the assessment, the Government may exercise any of the optional CLINs (0200 - 0600) to acquire spare/replacement parts (up to the maximum quantity identified for each CLIN). The parts acquired under optional CLINs 0200 - 0600, if exercised, are to be delivered to the following address within 21 calendar days of option exercise: Shipping Address: American Embassy Attn: Patrick Gavin, Regional Security Officer (RSO) P.O Box 9123 686 Old Bagamoyo Road Msasani Kinondoni District Dar es Salaam, Tanzania Shipping POC: Mr. Patrick Gavin Phone: +255-22-229 4000 Fax: +255-22-229 4970/4971 DRSSHIPSRS@state.gov PERIOD OF PERFORMANCE The total period of performance of the purchase order shall be from date of award through March 31, 2015. The period of performance if all options are exercised is from date of award through November 14, 2015. ATTACHMENTS Attachment 1 - Pricing Sheet Statement of Work (SOW) - End INSTRUCTIONS TO OFFERORS: The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 12/5/2014. The Offeror shall provide a firm fixed price quotation for all labor and materials for each CLIN listed in the Pricing Sheet, Attachment No. 1, in accordance with the SOW. FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. FAR 52.212-2, Evaluation - Commercial Items, An award will be made the offeror whose offer is considered to be the lowest price. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of FAR 52.212-3 if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of FAR 52.212-3. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209-6, 52.214-35, 52.217-3, 52,217-5, 52.217- 7, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, Alt I, 52.223-9, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.225-13, 52.232-20, 52.232-33 and 52.232-40. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d22090a71b41f1d4639357917d77ea70)
 
Record
SN03583225-W 20141128/141126234554-d22090a71b41f1d4639357917d77ea70 (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.