SOLICITATION NOTICE
58 -- Motorola Brand Name Equipment
- Notice Date
- 9/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-09-T-0195
- Archive Date
- 10/6/2009
- Point of Contact
- Rhoda G Hall, Phone: 301-342-4614
- E-Mail Address
-
rhoda.hall@navy.mil
(rhoda.hall@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N00421-09-T-0195 is issued as a request for quote (RFQ). This action is set aside for small business. All proposals must be received by 21 SEP 2009 to be considered by the Government. The incorporated document and provision and clauses are those in effect through Federal Acquisition Circular 2005-36 and Defense Federal Acquisition Regulations Revision 20090825. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on a brand name mandatory basis for Motorola Brand Name equipment only for the part numbers listed below, under the authority of FAR Part 6.302-1(a)(2)(ii)(A). Manufacturer must be Motorola who holds sole proprietary data rights - Award all or none. The contract line item number and description are **CLIN 0001 Quantity 2 ea P/N M20KSS9PW1AN XTL 5000 VHF Mobile 10-50 Watt 136-174 MHz, CLIN 0002 Quantity 2 ea P/N G806AT ENH:Software Astro Digital CAI Operation, CLIN 0003 Quantity 2 ea P/N G851AD ADD:AES with DES/DES-XL/DES-OFB ENCRY, CLIN 0004 Quantity 2 ea P/N G159AC ADD:Encryption UCM Hardware, CLIN 0005 Quantity 2 ea P/N G298AN ADD:Encryption P25 and MDC OTAR, CLIN 0006 Quantity 2 ea P/N G89AA ADD:No Antenna needed, CLIN 0007 Quantity 2 ea P/N G67AA ADD:Remote Mount, CLIN 0008 Quantity 2 ea P/N W22AS ADD:Palm Microphone, CLIN 0009 Quantity 2 ea P/N G442AB ADD:XLT5000 Control Head, CLIN 0010 Quantity 2 ea P/N G444AA ADD:Control Head Software, CLIN 0011 Quantity 2 ea P/N G48AU ENH:Conventional Operation, CLIN 0012 Quantity 2 ea P/N B18L ADD:Auxilary Spkr Spectra 7.5 Watt, CLIN 0013 Quantity 2 ea P/N G114AE ENH:Enhanced Digital ID Display, CLIN 0014 Quantity 2 ea P/N G387AC ADD:Conventional Voting Scan Astro, CLIN 0015 Quantity 2 ea P/N W844AG ENH:Factory Programming, CLIN 0016 Quantity 1 ea P/N M20QSS9PW1AN XTL 5000 UHF R1 Mobile 10-40 Watt 380-470 MHz, CLIN 0017 Quantity 1 ea P/N G806AT ENH:Software Astro Digital CAI Operation, CLIN 0018 Quantity 1 ea P/N G851AD ADD:AES with DES/DES-XL/DES-OFB ENCRY, CLIN 0019 Quantity 1 ea P/N G159AC ADD:Encryption UCM Hardware, CLIN 0020 Quantity 1 ea P/N G298AN ADD:Encryption P25 and MDC OTAR, CLIN 0021 Quantity 1 ea P/N G89AA ADD:No Antenna needed, CLIN 0022 Quantity 1 ea P/N G67AA ADD:Remote Mount, CLIN 0023 Quantity 1 ea P/N W22AS ADD:Palm Microphone, CLIN 0024 Quantity 1 ea P/N G304AA ADD:RS232 Data Interface Cable-Trunk, CLIN 0025 Quantity 1 ea P/N W947AL ADD:RS232&IV&D Packet Data Interface, CLIN 0026 Quantity 1 ea P/N G444AA ADD:Control Head Software, CLIN 0027 Quantity 1 ea P/N G442AB ADD:XLT5000 Control Head, CLIN 0028 Quantity 1 ea P/N G515AM ENH:3600 Smartzone Operation, CLIN 0029 Quantity 1 ea P/N G361AE ENH:Astro Projects 25 Trunking Software, CLIN 0030 Quantity 1 ea P/N B18L ADD:Auxilary Spkr Spectra 7.5 Watt, CLIN 0031 Quantity 1 ea P/N G114AE ENH:Enhanced Digital ID Display, CLIN 0032 Quantity 1 ea P/N G387AC ADD:Conventional Voting Scan Astro, CLIN 0033 Quantity 1 ea P/N W844AG ENH:Factory Programming, CLIN 0034 Quantity 1 ea P/N T6717A KVL 3000 Plus Hardware, CLIN 0035 Quantity 1 ea P/N U239AC ADD: ASTRO 25 Mode, CLIN 0036 Quantity 1 ea P/N X795AH ADD: ASN Mode, CLIN 0037 Quantity 1 ea P/N CA00182AA ADD: AES Encryption Software, CLIN 0038 Quantity 1 ea P/N X423AE ADD: DES/DES-XL/DES-OFB Encryption Software, CLIN 0039 Quantity 1 ea P/N TKN8531C Cable, Keyload, CLIN 0040 Quantity 1 ea P/N HKN6182A Cable Keyloading Adapter CGAL, CLIN 0041 Quantity 1 ea P/N HKTN4004B, Visar/KVL Charger Kit 110V. The associated North American Industry Classification Systems (NAICS) code for this requirement is 334220 with a size standard of 750 Employees. The quote along with a completed representations and certifications is due by 21 SEP 2007. Award is anticipated no later than 30 SEP 2007 with a required delivery date of 45 days ARO. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F Mr. Daniel Sayre/USCG MCV OPTION II. Inspection and Acceptance shall be made at destination. 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 under the Inspection clause, nor does it limit Government's rights with regard to the other terms and conditions of this 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 applicable deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (JUN 2008) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item (s); etc. Offeror shall include a completed copy of the provision at FAR 52.213-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (AUG 2009) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAR 2009) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JUN 2009) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (2) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008 ) (E.O. 13126); (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (4) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (5) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); (6) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (7) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (8) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations and statues administered by the Office of Foreign Assets Control of the Department of Treasury); (9) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraph (e)(1) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008)(Pub.L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities; (iii) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Section 1553 of Pub. L. 111-5). Applies to subcontracts funded under the Act. (iv) 52.222-26, Equal Opportunity (May 2007) (E.O. 11246); (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793); (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201); (viii) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009)(22 U.S.C. 7104(g)). Flow sown required in accordance with paragraph (f) of FAR clause 52.222-50. Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exception from Application of the Service Contract Act of Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act of Contracts for Certain Services Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) The provision of 252.204-7004 ALTERNATE A, Required Central Contractor Registration (52.204-7) Alternate A (SEP 2007) applies to this solicitation. The Government will not pay for any information received. Facsimile proposals are acceptable. For information contact Rhoda Hall, Code 2.5.1.9.2.1, Telephone (301) 342-4614, FAX (301) 757-6516 or via e-mail: rhoda.hall@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-09-T-0195/listing.html)
- Place of Performance
- Address: St Inigoes, Maryland, 20684, United States
- Zip Code: 20684
- Zip Code: 20684
- Record
- SN01949904-W 20090912/090911001604-6c8552bf6f6c1b4560e35407ea40280a (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 |