Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

59 -- MOTOROLA BRAND NAME MANDATORY PORTABLE RADIO EQUIPMENT

Notice Date
6/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM3-17-Q-6101
 
Archive Date
12/29/2017
 
Point of Contact
MICHAEL R. SCHESSER, Phone: 2074381931
 
E-Mail Address
MICHAEL.R.SCHESSER@NAVY.MIL
(MICHAEL.R.SCHESSER@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
The government, Portsmouth Naval Shipyard, located in Kittery, ME has the following requirement for Motorola Brand Name Mandatory radio equipment. Questions should be addressed to the government POC: Michael "Mike" Schesser Tel: 207-438-1931 Email: Michael.r.schesser@navy.mil SPMYM3-17-Q-6101: JLM: 71246200-6 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (www.fbo.gov). The RFQ number is SPMYM3-17-Q-6099. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 334419. The SBA Size Standard for NAICS Code 334419 is 750 Employees. The portable radio components identified in this solicitation are Brand Name Mandatory Motorola to ensure compatibility and enable configuration management with existing Motorola chargers and microphones. Offers for alternative products will not be evaluated. Consequently, the 100% SBSA is dissolved, and award will be "All or None". ITEM: NOMEN: U/I: QTY: CLIN 0001: H51QDF9PW6 NAPX 4000 UHFR1 EA 75 MHZ MODEL 2 PORTABLE QA04865 ADD: TWO KNOB CONFIGURATION. CLIN 0002: WPLN4212B, ACCESSORY, EA 13 ACCESSORTY CHARGER, IMPRES. CLIN 0003: PMMN4062A, APX7000 IMPRES RSM, EA 75 NOICE CANC. EME. CLIN 0004: ENH: ANALOG CONVENTIONAL. EA 75 CLIN 0005: ALT: IMPRES LI-ION EA 75 2500 MAH UL/DELTA. CLIN 0006: EXTREME NOICE REDUCTION. EA 75 CLIN 0007: ADD: 3 YEAR SERVICE FROM THE EA 75 START NOTE: THIS RFQ CONTAINS FAR 52.232-18. WHILE THE GOVERNMENT INTENDS TO EXECUTE THIS PROCUREMENT THERE MAY BE A DELAY AS WE WAIT FOR FUNDS TO BECOME AVAILABLE TO OBLIGATE. PRIOR TO PROCESSING AWARD THE LOW PRICE, TECHNICALLY ACCEPTABLE OFFEROR WILL BE CONTACTED TO CONFIRM PRICE AND DELIVERY. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15, Defense Priority and Allocation Requirements 52.211-17 -- Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-28, Post Award Small Business Program Representation (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer - SAM 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15, Stop-Work Order 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1 -- Computer Generated Forms Vendors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional clauses and provisions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act & Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.239-7018, Supply Chain Risk DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea DLAD 52.211-9000, Government Surplus Material DLAD 52.211-9014, Contractor Retention of Traceability Documentation DLAD 52.233-9001, Disputes; Agreement to Use Alternative Disputes Resolution DLAD 52.246-9039, Removal of Government Identification from Non-Accepted Supplies DLAD 52.247-9012, Requirements for Treatment of Wood Packaging Material The following Local Instructions apply: Additional Information (WAWF) Mercury Control (Supplies) Specification Changes Marking of Shipments Preparations for Delivery (Commercially Packaged Items) Prohibited Packing Materials Inspection & Acceptance (Destination) Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard Copies of the above local instructions are available upon request This announcement will close at 01:00 PM ET on June 23, 2017. The Point of Contact for this solicitation is Michael Schesser who can be reached at 207-438-1931 or email Michael.r.schesser@navy.mil. Oral communications are not acceptable in response to this notice. Evaluation The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price Any deviations from the specifications must be clearly marked on the quote. System for Award Management (SAM): Vendor must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Potential contractors will be screened for responsibility in accordance with FAR 9.104 METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via fax (to 207-438-1251) or email (to michael.r.schesser@navy.mil). All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, DUNS, Tax ID Number, business size under NAICS Code 334419, shipping terms, the payment terms and the preferred method of payment (GCPC / Wide Area Work Flow). Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-17-Q-6101/listing.html)
 
Place of Performance
Address: PORTSMOUTH NAVAL SHIPYARD, BEAUMONT ST, ATTENTION CODE 501.2 // RECEIVING OFFICER, BLDG 170, KITTERY, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04543204-W 20170615/170613235308-38503ed0cc65e737dcdfdf76ccd80f26 (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.