Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
MODIFICATION

58 -- Wireless Radio Equipment

Notice Date
9/17/2019
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO PA 171 MSC, 300 TANKER RD BLDG 4202, CORAOPOLIS, Pennsylvania, 15108-4805, United States
 
ZIP Code
15108-4805
 
Solicitation Number
W912KC19P7025
 
Archive Date
10/5/2019
 
Point of Contact
Michael W. Boyd, Phone: 4127767660
 
E-Mail Address
michael.w.boyd2.mil@mail.mil
(michael.w.boyd2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Wireless Radio Equipment, prepared in accordance with the format in 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. Solicitation W912KC19P7025 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2019-05 and Defense Circular Number 20190819. This procurement is being issued as a small business set-aside. The North American Industry Classification System Code is 334220 with a size standard of 1,250 Employees. This acquisition is 100% set aside for small business concerns. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Quotes will be evaluated on technical acceptability and lowest price. REQUIRED ITEMS LIST: 1) 2EA 400W Tactical HF and VHF Radio Manpack / Transit Case. An example of the type of item required is the L3/Harris PRC-150(C) 400W Transit Case. 2) 3EA Multiband Manpack Radio Transit Cases. An example of the type of item required is the PRC-117G Integrated Transit Case, P/N ABP-ITPC-2G from Automated Business Power. 3) 2EA Key Variable Loader. Must be compatible with all SECURENET, Secure ASTRO, Secure ASTRO 25, P25, and Dimetra secure equipped subscriber and infrastructure equipment. Capable of storing a total of 1,024 Encryption Keys. At least 2 (two) levels of password protection: Supervisor and Operator. Must have capability to upgrade the firmware using an external PCMCIA FLASHport TM upgrade card. Must support all key management functions previously supported by the original KVL with the exception of DVP encryption algorithm. Must support transfer of keys to/from Dimetra 5.0 System infrastructure devices using Store and Forward feature. Other specs: 12 Kbps SECURENET (Analog Secure) 9.6 Kbps ASTRO (VSELP Vocoder) 9.6 Kbps ASTRO 25 (IMBE Vocoder) ASTRO 25 Conventional ASTRO 25 (9600) Trunking Dimetra (AIE). An example of the type of item required is the Motorola KVL 5000. 4) 1EA Fire Extinguisher Dry Chemical Wall; Fire Extinguisher Dry Chemical Class D Extinguish Agent Type Copper Powder Height 27-3/4 In. Diameter 8 In. Cylinder Material Steel Operating Pressure 196 psi Discharge Time 28 sec. Range Max 10 ft. Bracket Included Wall Standards NFPA 10 ISO-9001/ISO-14. An example of the type of item required is the Amerex Model B571. 5) 1EA Cable Tool Kit. An example of the type of item required is the Ideal IDE33917. 6) 1EA BNC Replacement Die Die For Crimpers BNC/TNC C. 5LH80. An example of the type of item required is the Ideal RG-58/59/62 BNC DIE. 7) 1EA Crimpmaster Frame. Ratcheting Crimper, Cuts No Strips, Non Adjustable Manual Handle, Cushion Grip. Crimp Release for Operator Safety and Pressure Adjustment for Actuation Force. An example of the type of item required is the Ideal 30-506. 8) 1EA Coax Stripper, 3-Step. Black color preferred but not required. An example of the type of item required is the Ideal 45-520. 9) 1EA 1000ft, Black Bulk RG58/AU Coaxial Cable, 20 AWG, Spool. 10) Shipping/Handling/Any Misc Charges Required to Deliver Items to the 171st ARW. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. To receive an award of contract the offeror must be registered in System for Award Management (SAM) database which can be accessed at the website https://sam.gov/portal/SAM QUOTES WILL BE EVALUATED ON TECHNICAL ACCEPTABILITY AND LOWEST PRICE Quotations due no later than Wednesday, 18 September, 2019 at 3:00 PM EST. It is the responsibility of the vendor to ensure the quote and questions was received by 171st Contracting Office on time. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Provisions: FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Apr 2019); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212‐1, Instructions to Offerors-Commercial Items (Oct 2018); FAR 52.212‐2, Evaluation-Commercial Items (Oct 2014); FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items (Oct 2018); FAR 52.212‐4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2018); FAR 52.219‐6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222‐21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222‐50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225‐13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233‐3, Protest After Award (Aug 1996); FAR 52.233‐4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252‐2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232‐7010, Levies on Contract Payments (Dec 2006); DFARS 252.247‐7023, Transportation of Supplies by Sea (Feb 2019). Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/browse/index/far. AMENDMENT LOG: AMENDMENT 001, 002, 003 - 13 September 2019 - Added list of required commodities in Description Field (this field) due to FBO not displaying CLINs for vendors. Amendments 002 & 003 further clarified salient characteristics of required items. AMENDMENT 004 - 17 September 2019 - Added CLIN for Shipping/Handling/Misc. Charges. Extended Quote Deadline to Friday, 20, September 2019. All other terms and conditions remain unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e506bc56ea859d2f21489deb1bbbf600)
 
Place of Performance
Address: 300 Tanker Rd, CORAOPOLIS, Pennsylvania, 15108, United States
Zip Code: 15108
 
Record
SN05447722-W 20190919/190917231045-e506bc56ea859d2f21489deb1bbbf600 (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.