Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOLICITATION NOTICE

58 -- Request for Proposal for the AN/PRC-117F TACSAT Radio Systems, Associated Spare Parts, and Support Services.

Notice Date
12/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-09-R-K002
 
Response Due
12/23/2008
 
Archive Date
2/21/2009
 
Point of Contact
John Y Farmer IIi, 732-5323793<br />
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) 12.603 and FAR 5.207 as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This requirement shall be satisfied on a sole-source basis in accordance with 10 U.S.C. 2304(c)(1) with Harris Corporation, 1680 University Ave., Rochester, NY 14610-1839, the current manufacturer of the end item, for AN/PRC-117F TACSAT Radio Systems (Part Numbers RF-5800M-MP110, RF-7800M-MP110, RF-5800M-V210, RF-5800M-V220, RF-7800M-V210, RF-5800M-V211, RF-5800M-V221, and RF-7800M-V211), Associated Spare Parts, and Support Services. Support Services will include training, vehicle installation services, repairs, and field support services. Contract type shall be a 5-year, Indefinite Delivery-Indefinite Quantity (IDIQ) with Two (2) 1-year options, Firm Fixed Price contract with an Economic Price Adjustment. Delivery orders will be executed for individual requirements. The first delivery order shall consist of a mixture of AN/PRC-117F Radio Systems, Associated Spare Parts, and Support Services at approximately $25,000,000.00. This procurement shall be solicited under Request for Proposal number W15P7T-09-R-K002. This procurement is a Sole Source/Large Business Set Aside, NAICS code 334220, Business Size 750 employees. All interested parties may submit a proposal which will be considered. All proposals are to be received NLT 2:00pm Eastern Standard Time, Tuesday, 23 December 2008. Number Note 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received NLT Tuesday, 23 December 2008, 1400 hours will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement Guaranteed Minimum/Contract Maximum Value: The guaranteed minimum is $25,000,000.00. The maximum dollar value of this contract is $500,000,000.00. Place of Performance: Shipments will be FOB Destination. The items shall be shipped to and serviced at OCONUS Government Owned-Contractor Operated (GOCO) facilities listed below: Iraq In-Country Support -Camp Anaconda, Balad FrontlineSupport@harris.com DSN: 312-987-5130 Ext 4457 // 4418 // 4460 Via cell: +1732-427-5130, Ext 4457 // 4418 // 4460 -Camp Liberty, BIAP FrontlineSupport@harris.com DSN: 312-987-5130 Ext. 4060 Via cell: +1732-427-5130, Ext 4460 Kuwait In-Country Support Camp Arifjan, Kuwait FrontlineSupport@harris.com DSN: 318-430-4659 Cell: +965-941-0237 // 2098 Afghanistan In-Country Support Bagram AFB FrontlineSupport@harris.com DSN: 312-987-5110, ext. 3897 GSM: +937-9-752-0983 Packaging Requirements: Items valued at $5,000.00 or more or designated by the Government shall be marked with IUID marking IAW MIL-STD-130M. Commercial packaging, IAW ASTM D 3951-98 (2004 edition), shall be used for all items with special consideration to items requiring protection from Electrostatic Discharge. Provisions and Clauses applicable to this acquisition are as follows: 52.6307 Executive Summary 1. Description of the Item(s)/Service(s) being Procured: AN/PRC-117F Tactical Satellite (TACSAT) Radio System, Associated Spare Parts, and Support Services. 2. Program Objectives/Needs. This procurement is to support the fielding and maintenance of newly fielded AN/PRC-117F TACSAT radio systems as well as to continue the provision of support services for previously fielded AN/PRC-117F TACSAT radio systems. 3. Delivery Schedule: See Government Contract Pricing Spread Sheet, Attachments 002, 003, 004. 4. Government Testing Requirements: See Government SOW, Attachment 001. 5. Type of Contract: A Five-year, Firm-Fixed-Price (FFP) with Economic Price Adjustment (EPA) based on established prices for semi-standard supplies (IAW FAR 12.207(a), 16.203-3, 16.203-4(b), 52.216-3, 52.216-4 Indefinite Delivery Indefinite Quantity (IDIQ) (FAR 52.216-22) contract will be the basic vehicle. Additionally, two, one-year options will be included in the contract which, if exercised, will extend the ordering period of the contract. 6. Format of the Contract: Solicitations and contracts for the acquisition of commercial items prepared using this Part shall be assembled, to the maximum extent practicable, using the format at FAR 12.303, and Form SF 1449. 7. Nature of the Work: Fielding of newly acquired AN/PRC-117F TACSAT radio systems. Support services including training, vehicle installation services, repairs, and field support services. Support services also included for previously fielded AN/PRC-117F TACSAT radio systems. Requirements are for both CONUS and OCONUS locations.. 8. Unusual/Specific Aspects of the Acquisition. NONE 9. Source Selection Methodology. Sole Source IAW 10 U.S.C. 2304 (c) (1) and FAR 6.302-1, Only One Responsible Source. 10. Negotiated Procurements. Yes. 11. Disclaimer. This Executive Summary has been prepared as an aid to the potential offeror. We have made every attempt to accurately reflect the requirements/information contained in the solicitation. However, if you find any discrepancies between the Executive Summary and the clauses/provisions contained in the solicitation, the clauses/provisions contained in the solicitation shall prevail. Please contact the contract specialist identified at the end of this document. All Provisions/clauses incorporated in this solicitation document are those in effect through Federal Acquisition Circular dated July 2008. 52.6106 Notice: solicitation Ombudsman: CECOM Ombudsman, 732-532-5550; Fill In #1 Anthony J Manfredi (PCO), 732-427-1612. 52.212-1 Instructions to OfferorsCommercial 52.212-3 Offerors Representations and CertificationsCommercial Items. Note, the offeror must comply with 52.212-3(a) and provide appropriate documentation. 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; Defense Acquisitions of Commercial Items the following clauses apply: Paragraph (b) (1), (7), (8)(i), (19), (22), (23), (24) and (33); Paragraph (c) (3), (4) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply: Paragraph (b) (4), (5), (7), (15), (16) 52.216-3 Economic Price Adjustment Semi-Standard Supplies 52.616-4 Economic Price Adjustment Labor and Material 52.6101 Alternate Pricing with Alternate Commercial Packaging: Fill In #1; See Attachments 003 and 004 for CLINS 52.6900 Order of Precedence, Issue of Specifications (Statement of Work): Fill in #1Attachment 001; Fill in #2 Attachment 001; Fill in #3 Exhibits A-J; Fill In #4 Attachment 003; Fill in #5 Effective Date Of Contract.52.7041 Conditions for Acceptability of Alternate Commercial Packaging 52.7047 Bar Code Marking 52.7026 Confidential or Secret Material/DocumentsMethod of Transmission 52.246-2 Inspection of SuppliesFixed Price 52.246-4 Inspection of SuppliesFixed Price 52.246-16 Responsibility for Supplies 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.247-48 F.O.B. Destination 52.247-52 Clearance and Documentation RequirementsShipments to DOD Air or Water Terminal Tran-shipment Points 52.245-1 Government Property For Disposition of Non-Repairable/BER see FAR 52.245-1(f), (g), and (h). 252.211-7006 Radio Frequency Identification 52.211-8 Time of Delivery. Fill in See Attachment 0001, SOW, Paragraph 15.0. 52.211-11 Liquidated DamagesSupplies, Services, or Research and Development: Fill In #1 To Be Determined. 252.211-7003 Item Identification and Valuation 52.7027 Place of Performance and Shipping Point 52.7050 Administrative Data/Instructions to Paying Office 52.7080 DFAS Columbus WEB Invoicing System (WINS) 52.6076 Army Electronic Invoicing and Receiving Report. Submit payments using Wide Area Work Flow (WAWAF) on Invoice and Receiving Report (Combination), DFAS phone number: 800-756-4571. 252.222-7003 Army Electronic Invoicing and Receiving Report 52.6110 Mandatory use of Contractor to Government Electronic Mail 52.6190 Assessment Rate for and Period of Time for Assessment of Liquidated Damages. Fill Ins 1 & 2 To Be Determined. 52.7301 Ordering Authority 52.7500 Contractor Deployment to South West Asia 52.204-2 Security Requirements 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors debarred, Suspended, or Proposed for Debarment 52.211-15 Defense Priority and Allocation Requirements 52.215-2 Audit and RecordsNegotiations 52.215-10 Price Reduction for Defective cost or Pricing Data 52.215-12 Subcontractor Cost or Pricing Data 52.215-15 Pension Adjustments and Asset Reversions 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions 52.215-21 Requirements for Cost or Pricing Data or Information Other than cost or Pricing Data 52.222-1 Notice to the Government of Labor Disputes 52.222-20 Walsh-Healey Public Contracts Act 52.222-29 Notification of Visa Denial 52.225-14 Inconsistency Between English Version and Translation of Contract 52.227-1 Authorization and Consent 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement 52.227-3 Patent Indemnity 52.227-9 Refund of Royalties 52.227-10 Filing Patent ApplicationsClassified Subject Matter 52.232-11 Extras 52.237-3 Continuity of Services 52.242-13 Bankruptcy 52.244-5 Competition in Subcontracting 52.247-63 Preference for U.S. Flag Carriers 52.247-68 Report of Reshipment (RESHIP) 52.249.8 Default (Fixed Price Supply and Service) 252.204-7000 Disclosure of Information 252-204-7002 Payment for Sub Line Items not Separately Priced 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, Central Contractor Registration (52.204-7) 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7006 Billing Instructions 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 252.215-7002 Cost Estimating System Requirements 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.223-7004 Drug-Free Work Force 252.225-7041 Correspondence in English 252.227-7027 Deferred Ordering of Technical Data or Computer Software 252.227-7030 Technical DataWithholding of Payment 52.228-4 Workers Compensation and War-Hazard Insurance Overseas 252.228-7000 Reimbursement for War-Hazard Losses 252.228-7003 Capture and Detention 252.231-7000 Supplemental Cost Principles 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report 52.203-14 Display of Hotline Posters 52.204-1 Approval of Contract (Anthony J Manfredi, Contracting Officer) 52.216-18 Ordering. Fill Ins 1 & 2 To Be Determined. 52.216-19 Order Limitations. Fill Ins 1 -5 To Be Determined. 52.216-22 Indefinite Quantity. Fill In #1 To Be Determined. 52.217-9 Option to extend the term of the contract. Fill Ins #1 & #2 60 days; Fill In #3 84 months. 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States 52.252-4 Alterations in Contract 252.225-7040 Contractor Personnel in the United States Central Command Area of Responsibility (Deviation 2007-O0010). Fill In #1 To Be Determined. 252.225-7040 Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States. Fill In #1, JCC-I/A (International Zone Iraq), 703-544-6733 (primary), 703-544-1508 (alternate). 52.223-11 Ozone-Depleting Substances 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.225-20 Prohibition on Conducting Restricted Business Operations in SudanCertification 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7031 Secondary Arab Boycott of Israel 225.227-7028 Technical Data or Computer Software Previously Delivered to the Government 52.204-8 Annual Representations and Certifications 52.207-4 Economic Purchase QuantitySupplies 52.227-6 Royalty Information 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.237-1 Site Visit 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. Fill In DO Rated Order. 52.216-1 Type of Contract. Fill In #1 Firm Fixed Price. 52.233-2 Service of Protest. Fill In #1 Anthony J Manfredi 1208 Rittko Ave. Ft Monmouth, NJ 07703 732-427-1612 anthony.manfredi@us.army.mil Fill In #2 John Y Farmer III Contract Specialist 1208 Rittko Ave. 732-532-3793 john.york.farmer@us.army.mil 52.6205 Price Support 52.217-5 Evaluation of Options 52.6110 Failure to Comply with F.O.B. Terms (Destination) FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www/acq/osd/mil/dpap/dars/dfars/indext/htm or http://www/acqnet.gov/far/ The US Army CECOM LCMC has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM LCMC to industry. All parties interested in doing business with CECOM LCMC are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. ALL ATTACHMENTS WILL BE POSTED TO A SECURE AREA OF THE IBOP. ADDRESS AS ABOVE UNDER SOLICITATION NUMBER W15P7T-09-R-K002. The Point Of Contact for this action is, John Y Farmer III, Contract Specialist, 732-532-3793 or john.york.farmer@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=69b2f0efdeb94720a46a5d32d578d256&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01715302-W 20081210/081208220254-69b2f0efdeb94720a46a5d32d578d256 (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.