Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
MODIFICATION

58 -- Subscriber Unit Radio and Accessory Contract (SURAC) - Amendment 4

Notice Date
7/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-R-0073
 
Archive Date
7/26/2016
 
Point of Contact
Kristine S. Pennock, Phone: 3097822293
 
E-Mail Address
kristine.s.pennock.civ@mail.mil
(kristine.s.pennock.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation W52P1J-16-R-0073-0004 Attachment 0001 SURAC Requirements Statement Amendment 0004 07 July 2016: The purpose of this FBO change is to release Amendment 0004 for solicitation W52P1J-16-R-0073. Amendment 0004 incorporates the following change: 1. An updated SURAC Requirements Statement, dated 07 July 2016. No other changes have been made to solicitation W52P1J-16-R-0073. ------------------------------------------------------------------------------------------------- 28 June 2016: The purpose of this FBO change is to release Amendment 0003 documents for solicitation W52P1J-16-R-0073. Amendment 0003 incorporates the following changes: 1. Incorporates an updated Price Matrix, dated 28 June 2016. 2. Change the proposal response date from 01 July 2016 to 11 July 2016. Solicitation Section L, paragraph 3.3 has been updated to reflect this date. No other changes have been made to solicitation W52P1J-16-R-0073. ------------------------------------------------------------------------------------------------- 24 June 2016: The purpose of this FBO change is to release Amendment 0002 documents for solicitation W52P1J-16-R-0073. Amendment 0002 incorporates the following changes: 1. Incorporates an updated Requirements Statement, dated 24 June 2016. 2. Incorporates an updated Price Matrix, dated 24 June 2016. 3. Adds a CLIN to the solicitation section B for Warranty. 4. Incorporates an updated solicitation Section L, paragraph 7.3.3. No other changes have been made to solicitation W52P1J-16-R-0073. ------------------------------------------------------------------------------------------------- 22 June 2016: The purpose of this FBO change is to release Amendment 0001 documents for solicitation W52P1J-16-R-0073. Amendment 0001 incorporates the following changes: 1. Incorporates an updated Requirements Statement and Price Matrix, both dated 22 June 2016. 2. Incorporates an updated solicitation section L, paragraph 7.3.3. 3. Releases a Questions and Answers document, dated 22 June 2016. No other changes have been made to solicitation W52P1J-16-R-0073. ------------------------------------------------------------------------------------------------ 03 June 2016: The purpose of this FBO change is to provide a response date. There is no SF30 related to this change. ------------------------------------------------------------------------------------------------- 1. Army Contracting Command-Rock Island (ACC-RI), Rock Island, IL has a requirement to provide a Subscriber Unit Radio and Accessory Contract (SURAC). The SURAC requirements shall offer commercial Land Mobile Radio (LMR) technology and services. Contractor-provided supplies and services include: subscriber unit radios, accessories, and ancillary services to include installation, programming, training, and warranty/maintenance. The delivery orders under this contract vehicle shall be performed in conjunction with new and existing Government systems. 2. This solicitation will result in a multiple award, five (5) year Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. Ordering period 1 will be 12 months starting at the date of award. The authorized contract type for delivery orders shall be Firm-Fixed Price (FFP). The Government intends to award to each responsible Offeror that is found technically acceptable if the Offerors' prices are determined fair and reasonable. Offerors shall provide written proof that they are an OEM of LMR subscriber equipment or have and provide written proof of a business partnership or agreement, specifically for the SURAC effort, with a LMR subscriber equipment OEM. The Government intends to make awards of the IDIQ contracts without conducting discussions with Offerors. However, the Government reserves the right to conduct discussions if later determined by the PCO to be necessary. NOTE: The Government shall evaluate a maximum of one proposal from each Offeror. The guaranteed minimum will be the award of a website designed to manage Product Lead - Land Mobile Radio (PL-LMR) delivery orders. The minimum guaranteed amount for each awardee is $25,000 for the website which shall encompass all requirements in the SURAC Requirements Statement Paragraph 2.6. The cumulative contract maximum for all awardees will be $495,000,000. Only Contracting Officers at ACC-RI will have the authorization to issue and/or approve SURAC LMR delivery orders IAW FAR 16.504(a)(4)(vi). 3. This contract requires submission of a Small Business Subcontracting Plan. Offerors who are current participants in the Department of Defense (DoD) Comprehensive Subcontracting Plan Test Program may submit their approved Small Business Subcontracting Plan under the Test Program in lieu of the requirements under FAR 52.219-9. Offerors who participate in the DoD Comprehensive Subcontracting Plan Test Program are subject to contract clauses DFARS 252.219-7003 and DFARS 252.219-7004. All other Large Business Offerors are subject to the requirements of FAR 52.219-9. 4. A formal source selection process will be utilized and a Source Selection Evaluation Board (SSEB) will be convened. Any award(s) to be made will require Technically Acceptable proposal(s). 5. Offerors are cautioned to read Proposal Instructions carefully to ensure that any proposal submitted in response hereto includes all technical, price, and contract/small business subcontracting information required by the solicitation. Failure to provide the required supporting documentation may result in an Offeror's proposal being rejected. 6. Per Federal Acquisition Regulation (FAR) 15.403-1(b)(3), certified cost or pricing data are not required to support any action when a commercial item is being acquired. However, other than certified cost or pricing data may be required to establish a fair and reasonable price. Therefore, Offerors may be required to submit data other than certified cost and pricing data. 7. Delivery Orders will be competed in accordance with the fair opportunity provisions set forth in FAR 16.505(b)(1). Please refer to contract clauses regarding ordering information for details concerning the placement of orders under SURAC. 8. LMR equipment provided under this effort will require Unique Item Identification (UID) reporting. The SURAC Requirements Statement includes the information needed to enter UID information and the contract will include the proper clause mandating UID reporting. 9. The Contracting Manpower Reporting requirement/clause will be included in delivery orders that require service. The Army Contractor Manpower Report shall be provided in accordance with the SURAC Requirements Statement and local clause 52.237-4511. 10. The Request for Proposal, Requirements Statement (Attachment 0001), Equipment Submission Form (Attachment 0002), SURAC Price Matrix (Attachment 0003), SURAC Test Evaluation Master Plan (Attachment 0004) and SURAC Test Case Scenarios (Attachment 0005) are provided as attachments to this solicitation notice. 11. Proposals are due no later than 1200 Noon Central Time 01 July 2016. Detailed instructions are included in the attached solicitation - Instructions, Conditions and Notices to Offerors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b4d0019991318b6026b6a67c140fed0)
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN04174357-W 20160709/160707235348-8b4d0019991318b6026b6a67c140fed0 (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.