SOLICITATION NOTICE
58 -- Motorola Radio Equipment - RFQ and Justification
- Notice Date
- 8/31/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- U.S. Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309
- ZIP Code
- 33309
- Solicitation Number
- SWHARC-09-Q-0078
- Archive Date
- 2/26/2010
- Point of Contact
- LESLIE RUSH, Phone: 703-875-5855
- E-Mail Address
-
rushle@state.gov
(rushle@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Justification RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations (RFQ). The FAR is available on the Internet at http://www.acquisition.gov. 1. GENERAL REQUIREMENT: The Department of State has a requirement for the purchase of Motorola equipment to be used to support the Narcotics Affairs Section (NAS) of the U.S. Embassy in Kingston, Jamaica. The equipment will be donated to the Government of Jamaica pursuant to an assistance agreement. The resulting contract type shall be firm-fixed price. Delivery is required to the following address: American Embassy Kingston, NAS 3210 Kingston Place Dulles, VA 20189-3210 Each box must be labeled with the purchase order number and Jamaica Defense Force (JDF) or Jamaica Constabulary Force (JCF), as indicated below. Individual boxes shall not exceed 50 lbs. Prices must be FOB destination, including all shipping and other costs for delivery to Dulles. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals and paperwork. 2. REQUIRED ITEMS: The following Motorola items are required, on a brand-name only basis (as supported by a justification posted separately); Motorola part numbers are identified below. CLIN 001 - JDF Radios: SUBCLIN 001A: Qty. 10 each H46UCD9PW5BNI STS 2250 7/800 MHz Model 1.5 SUBCLIN 001B: Qty. 10 each Q575 ENH: Trunking 3600 BAUD SUBCLIN 001C: Qty. 10 each H121 806-870 MHz Diapole (NAF5039A) SUBCLIN 001D: Qty. 10 each Q393 Battery Impres NIMH FM 2000MAH SUBCLIN 001E: Qty. 10 each H793 DVI-XL Encryption SUBCLIN 001F: Qty. 10 each Q159 XTS2500 UCM Hardware Encryption SUBCLIN 001G: Qty. 10 each H885CK ENH: LACR Three (E) Year Express SUBCLIN 001H: Qty. 10 each WPLN4111R Impres Charger SUBCLIN 001I: Qty. 10 each BDN6676 3.5 MM Jack Adapter with Quick Disconnect SUBCLIN 001J: Qty. 10 each RLN5312 2-Wire Surveillance Kit, Black w/ext CLIN 002 - JCF Radios: SUBCLIN 002A: Qty. 12 each H46UCD9PW5BNI STS 2250 7/800 MHz Model 1.5 SUBCLIN 002B: Qty. 12 each Q575 ENH: Trunking 3600 BAUD SUBCLIN 002C: Qty. 12 each H121 806-870 MHz Diapole (NAF5039A) SUBCLIN 002D: Qty. 12 each Q393 Battery Impres NIMH FM 2000MAH SUBCLIN 002E: Qty. 12 each H793 DVI-XL Encryption SUBCLIN 002F: Qty. 12 each Q159 XTS2500 UCM Hardware Encryption SUBCLIN 002G: Qty. 12 each H885CK ENH: LACR Three (E) Year Express SUBCLIN 002H: Qty. 12 each WPLN4111R Impres Charger SUBCLIN 002I: Qty. 12 each BDN6676 3.5 MM Jack Adapter with Quick Disconnect SUBCLIN 002J: Qty. 12 each RLN5312 2-Wire Surveillance Kit, Black w/ext SUBCLIN 002K: Qty. 1 each RVN4181AD CPS R12.00.00 ASTRO 25 Portable SUBCLIN 002L: Qty. 1 each RKN4105 Cable – Programming USB 3. REQUIRED DELIVERY DATE: 90 calendar days after date of purchase order. 4. EVALUATION OF QUOTATIONS: The Government intends to award a purchase order to the lowest priced, technically acceptable quoter that is a responsible contractor. Award will be made on an “all or none” basis; only one award will be made. The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price. The Government will determine acceptability by assessing the offeror's compliance with the terms of the Request for Quotation (RFQ). The Contractor must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality. 5. QUOTATION MUST INCLUDE THE FOLLOWING: A) PRICE: Price, unit and extended, inclusive of delivery charges. B) DESCRIPTION: Description/nomenclature of the units being proposed; product literature may be provided. Include verification that quoter is a bona fide dealer of Motorola products. C) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has delivered similar items for in the past two (2) years. D) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. E) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below; be sure to include the information required by paragraph (c) regarding business size. Lowest price will be the total price to include all direct costs, indirect costs, and profit, including delivery to Dulles. The solicitation is issued on an "all or none" basis. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. 6. CLAUSES AND PROVISIONS. The NAICS code for this RFQ is 334220 and the size standard is 750 employees. This solicitation number SWHARC-09-Q-0078 is issued as an RFQ under sections 13.105 and 13.302 of the FAR. This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-36. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (dated JUN 2008) applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions (dated MAR 2009) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated AUG 2009) applies to this acquisition. Under paragraph (b), the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration. In addition, FAR 52.214-34, Submission of Offers in the English Language, and 52.214-35, Submission of Offers in U.S. Currency, are applicable to this acquisition. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999)(Deviation), and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. 7. QUOTATIONS ARE DUE by 2:00 p.m., September 4, 2009, local (Rosslyn, VA, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-09-Q-0078. Mail to Leslie Rush, Contracting Officer, U.S. Department of State, 1701 N. Ft. Myer Drive, SA-6, Room 627, Arlington, VA 22209; fax to 703-875-5895; or e-mail (preferred) to: rushle@state.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/SWHARC-09-Q-0078/listing.html)
- Place of Performance
- Address: Delivery will be to Dulles, VA, United States
- Record
- SN01934095-W 20090902/090901001348-a2e2ad07a74cdaa6006790480da33778 (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 |