Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

70 -- Motorola Portable Astro Digital XTS5000 Radio - CLIN Structure

Notice Date
1/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-Q-0031
 
Point of Contact
Joshua J. Bell, Phone: 7177706081
 
E-Mail Address
joshua.bell@dla.mil
(joshua.bell@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
CLIN Structure This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and in accordance with FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3300-10-Q-0031. The Defense Distribution Center located in New Cumberland, PA has a requirement to purchase 50 Motorola radios to support the Defense Distribution Center, Susquehanna Pennsylvania with their trunk radio operations. This is an unrestricted acquisition for vendors that can provide Motorola radios to meet the requirements specified. The NAICS code is 334220. The size standard is 750 employees. This a brand name requirement. DDC currently uses the Motorola Trunk Radio System, and the subject Motorola handheld radios are the only compatible radio. The introduction of another manufacturer痴 radio equipment would not function within our existing trunking system. See Attachment #1 schedule of supplies and services for CLIN identification. Offerors shall provide a firm fixed unit price for each CLIN and the total amount inclusive of shipping cost FOB destination. Delivery is required 180 days after receipt of order to Defense Distribution Center Susquehanna, Bldg 203, Door 12, DDSP-XB, 5450 Carlisle Pike, Mechanicsburg, PA, 17055. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-37 effective 13 November 2009 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20091123 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-47. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-2 EVALUATION OF COMMERCIAL ITEMS FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-3, FAR 52.203-6 (ALT I), 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-39, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7012, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEM DLAD 52.247-901 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet all of the delivery requirements. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov <http://www.ccr.gov>. OFFER SUBMISSION INSTRUCTIONS鵬uotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. The evaluation described at FAR 52.212-2 applies to this procurement. The Government intends to award a Firm-Fixed Price commercial contract to the lowest priced offeror who meets all of the requirements including brand name and delivery schedule. All questions and inquiries should be addressed via email to joshua.bell@dla.mil, Request for Quote Number SP3300-10-Q-0031. Prices and representations/certifications are required NLT 11:00 AM EST on February 12, 2010. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0031/listing.html)
 
Place of Performance
Address: 2001 Mission Drive, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02052518-W 20100130/100128235557-c2037a21bc23a9c3e332724e2ae8d3d0 (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.