Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
MODIFICATION

58 -- USFWS Law Enforcement - Satellite Mobile System

Notice Date
4/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F17PS00525
 
Response Due
4/28/2017
 
Archive Date
5/13/2017
 
Point of Contact
Ellyson, Nathan
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 00001: Correct the NAICS code mentioned in the combined synopsis/solicitation text. U.S. Fish and Wildlife Service, Portland, OR has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR 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 posting will be referred to under Request for Quotation (RFQ) Number F17PS00525. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #05-94, effective 19 January 2017. The North American Industrial Classification System (NAICS) number is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing and the business size standard is 1,250 employees. This requirement is set-aside for small business. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. Award will be made to the offerer that provides the lowest overall price. The US Fish and Wildlife Service has a requirement for satellite mobile radio system. See Attachment #1 ¿ Specifications. This requirement will include 1 base year and 4 options years. Contractor shall provide pricing based on the following: 11 EA @ __________ = __________: Cinetcomm TotalConnex Dual Modem 3G/4G/LTE/Satellite Mobile Broadband System - Least Cost Routing via Best Available Network Service at any Location. Part #CINTT325LTE1MFI-LCR or equal. Required delivery 31 August 2017. 1 EA @ __________ = __________: Cinetcomm TotalConnex Dual Modem 3G/4G/LTE/Satellite System - Least Cost Routing via Best Available Network Service at any Fixed Location. Part #CINT540LTE1MFI-LCR or equal. Required delivery 31 August 2017. 1 EA @ __________ = __________: Additional LTE Modem Deck for Cinetcomm TotalConnex Dual Modem Fixed System - Provides additional LTE carrier path for fixed installation. Part #CINT540LTE1MFI-LCR or equal. Required delivery 31 August 2017. 6 EA @ __________ = __________: TotalConnex Dual 3G/4G/LTE Modem System with Least Cost/Network Quality Routing - 2-way Radio, Broadband Data and GIS/AVLS On-the-Move in Terrestrial Network Coverage. Part #CINLTE2MFI-LCR or equal. Required delivery 31 August 2017. 2 EA @ __________ = __________: TotalConnex Multi-Function-Interface (MFI) System - 2-way Radio, Broadband Data and GIS/AVLS, fixed or mobile when equipped with modems. Part #CINMFI-LCR or equal. Required delivery 31 August 2017. $____________: System Setup $____________: Channel Setup and Configuration $____________: System Installation and Integration 12 Months @ __________ = __________: BASE YEAR ¿ Traffic Management and PTT Services 12 Months @ __________ = __________: BASE YEAR ¿ 2 Way Radio Mobile Data 12 Months @ __________ = __________: BASE YEAR ¿ Hosted Services 12 Months @ __________ = __________: OPTION YEAR 1 ¿ Traffic Management and PTT Services 12 Months @ __________ = __________: OPTION YEAR 1 - 2 Way Radio Mobile Data 12 Months @ __________ = __________: OPTION YEAR 1 - Hosted Services 12 Months @ __________ = __________: OPTION YEAR 2 - Traffic Management and PTT Services 12 Months @ __________ = __________: OPTION YEAR 2 - 2 Way Radio Mobile Data 12 Months @ __________ = __________: OPTION YEAR 2 - Hosted Services 12 Months @ __________ = __________: OPTION YEAR 3 - Traffic Management and PTT Services 12 Months @ __________ = __________: OPTION YEAR 3 - 2 Way Radio Mobile Data 12 Months @ __________ = __________: OPTION YEAR 3 - Hosted Services 12 Months @ __________ = __________: OPTION YEAR 4 - Traffic Management and PTT Services 12 Months @ __________ = __________: OPTION YEAR 4 - 2 Way Radio Mobile Data 12 Months @ __________ = __________: OPTION YEAR 4 - Hosted Services Organization to be supported: U.S. Fish and Wildlife Service Pacific Southwest Region, Law Enforcement 2800 Cottage Way, Room W-2606 Sacramento, CA 95825 Please submit your quote on company letterhead with all pertinent point of contact information including SAM Cage Code, DUNS No., and business size/type. In addition, your quote should provide unit price and total price. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offers must be received by 3:00 pm Pacific Daylight Savings Time, 28 April 2017, at the U.S. Fish and Wildlife Service, 911 NE 11th Avenue, Portland, OR 97232. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. Quotes may be mailed or e-mailed to the attention of: Nathan_ellyson@fws.gov (email). In order to have a quote considered, all quoters must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. SAM is the database that has replaced the Central Contractor Registration (CCR) website (www.ccr.gov) and the On-line Representations and Certifications Application (ORCA) website (https://orca.bpn.gov). Additional document information and attachments can be accessed at the FedConnect link under the "Additional Info" heading. Click "Public Opportunities" and search for the reference number F17PS00525 to find any documents related to this requirement. Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in this RFQ. FAR 52.212-1, "Instructions to Offerors - Commercial", FAR 52.212-3 "Offeror Representations and Certifications - Commercial Items", and FAR 52.212-4 "Contract Terms and Conditions - Commercial Items" apply to this acquisition. No addenda have been attached. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items" applies to this acquisition along with the following clauses cited therein: 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33 The following additional clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligation (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Nathan Ellyson via email: Nathan_Ellyson@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00525/listing.html)
 
Record
SN04479860-W 20170422/170420235652-8763a0ad9cf4f04396b86f1dc13274e6 (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.