Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

18 Contracting Squadron, Attn: LGCW, Unit 5199, APO AP 96368-5199

59 -- LAND MOBILE RADIO EQUIPMENT SOL F62321-97-R0171 DUE 092997 POC Wayne H. Goodmond, 011-81-611-734-5835, Scott D. Wessell, Contracting Officer, 011-81-611-734-3473 DESC: This is a sole source combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information provided in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Solicitation number F62321-97-R0171 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the 1997 FAR Rewrite. The standard industrial classification code is 4812, small business size is 1,500 employees. This document also serves as a notice of the Government's intent to negotiate with Motorola on a noncompetitive basis for the procurement and installation of a land mobile radio network (LMRN) for the 10th Area Support Group (ASG) Provost Marshals Office (PMO) on Okinawa Japan. The land mobile radio network to be installed is a wide band (narrow band capable), simultaneous broadcast (simulcast) conventional (trunk upgradeable) VHF network. All prospective vendors interested in submitting a proposal under this announcement shall have experience working with conventional LMRNs manufactured by Motorola and shall have the capability to provide a complete turn-key (installation, configuration, check-out and operation) simulcast conventional LMRN in accordance with the Statement of Work. All proposals submitted in response to this announcement shall include a separate line item for each facility described in the Statement of Work. Each line item shall be further broken down to show the price for material and labor. The contractor shall fill-in the prices for major equipment items listed in the Bill of Materials and submit it as supporting documentation with its proposal. All incidental items required to furnish and install the 10th ASG PMO LMRN shall be included in the contractors proposal. These items will not be separately priced. The scope of this project includes: a. Installation of one desktopradio and digital logging recorder at Torii Station; b. Installation of one desktop radio at Naha Port; c. Installation of mobile radios in twelve vehicles; d. Installation of one repeater at Fort Buckner, Camp Courtney and Bolo Point; e. Installation of one receiver at White Beach and one receiver at Camp Kinser; f. Programming frequencies for two desktop radios, twelve mobile radios and three portable radios; g. Quality assurance of 10th ASG PMO LMRN; h. Training; i. Removal of old radio equipment; and j. Submission of red-line mark-up drawings. A copy of the Statement of Work and Bill of Materials may be obtained upon request. Request can be made via e-mail or fax. The point of contact e-mail address is (goodmonw@emh.kadena.af.mil). A copy of the drawings referenced in the Statement of Work may be obtained via fax by calling MSgt Goodmond at 011-81-611-734-5835. The contractor shall take steps reasonably necessary to ascertain the nature and location of the work, and satisfy itself as to the general and local conditions which can affect the work or its cost, including but not limited to the character of equipment and facilities needed preliminary to and during work performance. The contractor shall also satisfy itself as to obstacles that may be encountered insofar as this information is reasonable ascertainable from an inspection of the site, as well as from the drawings and specifications made a part of this contract. Any failure of the contractor to take the actions described in this paragraph will not relieve the contractor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to the Government. The Government assumes no responsibility for any conditions or interpretations made by the contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. This noncompetitive action will be processed in accordance with provisions of FAR 6.301-1 (Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements). Motorola is the only known company that can provide the required items. Delivery terms shall be FOB Destination to the sites listed in the Statement of Work. Delivery and installation shall be made within 180 calendar days after award of contract. Inspection and acceptance shall be made at destination. The Government will take final acceptance of the 10th ASG PMO LMRN upon completion of delivery and installation of all equipment, submission of all test reports showing that the equipment and network meets the test objectives in accordance with the Statement of Work, and training. A single payment shall be made in accordance with the contract terms and conditions upon final acceptance. The following clauses and provisions apply to this acquisition and will remain in full force in any resultant contract: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 1997), is incorporated by reference with no addenda. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 1995) is incorporated by reference and applies to this acquisition. The Government intends to award a contract without discussion to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (Jan 1997) with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 1997) is incorporated by reference and applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 1996) is incorporated by reference and applies to this acquisition. However, only the following clauses in paragraph (b) apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Jul 1995); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); 52.222-26, Equal Opportunity (Apr 1984); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1984); 52.222-36, Affirmative Action for Handicapped Workers (Apr 1984); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Jan 1988); and 52.232-33, Mandatory Information for Electronic Funds Transfer Payment Method (Aug 1996). The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's right with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the items listed in the schedule. The Government anticipates an award date of 30 Sep 97. All questions concerning this RFP must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to MSgt Goodmond and addressed to 18 CONS/LGCV, FAX No. 011-81-611-734-1761. Offers are due no later than 3:30 PM Japan Standard Time on 29 Sep 97. Offers will be accepted via fax only. (0258)

Loren Data Corp. http://www.ld.com (SYN# 0387 19970917\59-0020.SOL)


59 - Electrical and Electronic Equipment Components Index Page