SOLICITATION NOTICE
58 -- Hand Held Radios Motorola Model XTS2500
- Notice Date
- 8/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
- ZIP Code
- 62225-5037
- Solicitation Number
- FA4407-09-R-0013
- Archive Date
- 9/3/2009
- Point of Contact
- Amy E. Titcombe, Phone: 618-256-9285, Richard M Hansen, Phone: 618-256-9318
- E-Mail Address
-
amy.titcombe@scott.af.mil, rich.hansen@scott.af.mil
(amy.titcombe@scott.af.mil, rich.hansen@scott.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4407-09-R-0013 (relates to FA4407-09-LGCM-Radios, sources sought, as posted 9 Jul 09 on Fed Biz Ops) and is being issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-26, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2008-0605. (iv) The North American Industry Classification System (NAICS) is: 334220. This acquisition is 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) only. (v) Contractors shall submit a lump sum quote for Contract Line Items listed below. Contract Line Item 0001 Quantity: 20 Unit: Each Motorola Radio XTS2500 762-870MHZ 1-3 Watt 870 Channel Land Mobile Radio. P/N H46UCF9PW6BN. Radio includes Q574 ENH: Software Trunking 9600 Baud; Q696 Alt: Antenna ½ Wave 7" Whip 700/8; H335 Alt: Battery Impres Ultra High Capacity; G996 ENH: Programming over P25; Q947 ENH: Radio Packet Data; H885BK ENH: 2 year repair service Advantage. Contract Line Item 0002 Quantity: 8 Unit: Each Motorola Radio XTS2500 762-870MHZ 1-3 Watt 870 Channel Land Mobile Radio. P/N H46UCF9PW6BN. Radio includes Q574 ENH: Software Trunking 9600 Baud; Q696 Alt: Antenna ½ Wave 7" Whip 700/8; H335 Alt: Battery Impres Ultra High Capacity; G996 ENH: Programming over P25; Q947 ENH: Radio Packet Data; H885BK ENH: 2 year repair service Advantage. Delivery & Acceptance Instructions: FOB destination Scott AFB, 30 days after receipt of order (ARO) (vi) Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Proposal (RFP) should be submitted and shall contain the following information: RFP NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Proposal or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. (vii) EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (viii) All offerors must be Central Contractor Registered (CCR) Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications-Commercial Item or complete electronic annual representations and certifications at https://orca.bpn.gov/. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. (x) The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items; applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) is incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.223-4; Recovered Material Certification FAR 52.232-33, Payment by Electronic Funds Transfer; DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. (xiii) Defense Priorities and Allocation System C9E. (xiv) RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 375 CONS/LGCM, 201 E. WINTERS ST., BLDG 50, SCOTT AFB IL 62225-5015 NO LATER THAN 3:00 P.M. C.S.T. ON 19 Aug 09. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR PROPOSAL (RFP) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. (xv) Address questions regarding this solicitation to Amy Titcombe, Email: amy.titcombe@scott.af.mil Phone: 618-256-9285 Fax: 618-256-6012, Alternate: Rich Hansen, Email: rich.hansen@scott.af.mil Phone: 618-256-9318 Fax: 618-256-6012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/FA4407-09-R-0013/listing.html)
- Place of Performance
- Address: Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN01903895-W 20090809/090808000931-13a755533859617002182ac74a213513 (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 |