SOLICITATION NOTICE
58 -- Procurement Sole Source Motorola Parts as approved by Justification and Approval
- Notice Date
- 4/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883610R0039
- Response Due
- 4/26/2010
- Archive Date
- 5/26/2010
- Point of Contact
- Karen J. Donald 904542076 Contracting Officer: Karen J. Donald, 904-542-1076; email: karen.donald@navy.mil
- E-Mail Address
-
Karen J. Donald, Contracting Officer
(karen.donald@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation. This acquisition will be accomplished under the authority of the test program for commercial items "Section 4202 of the Clinger-Cohen Act of 1996," as implemented by FAR 13.5. The acquisition is for a sole source for Brand Name Only Motorola manufactured radio parts issued under the authorityof FAR 6.302-1(c), other than full and open competition in accordance with FAR 6.302-1(c). The Motorola support parts are unique items for use on the radio base station consolletes, mobile radios, microphones, and software. The entire system combine makes up the Enterprise Land Mobile Radio System (ELMRS) in support of the Naval Submarine Base in Kings Bay, GA and Strategic Weapons Facility Atlantic (SWFLANT). This is an unrestricted acquisition. The NAICS code is 334290 with a size standard of 750 employees. The FISC Jacksonville Contracting Department requests responses from qualified sources capable of providing the following Contract Line Item Number (CLIN): CLIN 0001 20 Each Potable Astro Digital XTS4000 380-470mhz (H18QCN9PW9_N); CLIN 0002 20 Each 9600/3600 Trunking Software (H45); CLIN 0003 20 Each Packet Date Interface (Q947); CLIN 0004 70 Each Inserts for XTS5000 Impress Charger PLMN5429A); CLIN 0005 50 Each Microphone (NNTN5211B); CLIN 0005 1 Each Programming Cable RS232(NKN1027A); Item 0007 1 Each XTS4000 Keyload Cable; and Item 0008 2 Each Centracon Gold Cie Desktop Model No. B1822 A Requires X293 Software License to Operate. The following FAR provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractor's commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vi! etnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program; 52.203 Gratuities; 252.225-7021 Trade Agreements; 252.227-7015 Technical Data-Commercial Items; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7024 Notification of Transportation of Supplies by Sea). The invoicing procedures shall be processed under DFAS electronic payment system Wide Area Workflow for Payment of Supplies and/or Services. The WAWF codes will be provided after award. Vendors must be self-registered in WAWF at the following website: https://wawf.eb.mil. For more information contact the WAWF Team at 800-559-9293. Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Registration is free and can be completed on-line at http://www.ccr.gov. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1) company mailing and remittance addresses, 2) cage code, 3) Dun & Bradstreet number, 4) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the lowest priced technically acceptable offer. The evaluation factors under FAR Clause 52.212-2, entitled "EVALUATION--COMMERCIAL ITEMS (JAN 1999)" is: LOW PRICE TECHNICALLY ACCEPTABLE (LPTA) EVALUATION. (a) The Government will award a contract resulting from this solicitation to the responsible offeror submitting a technically acceptable proposal with the lowest evaluated estimated price. To be determined technically acceptable, the offeror must be technically acceptable in each of the areas identified by the following evaluation factors and significant subfactors: Factor 1 - Technical Capability (2 Pages): The Contractor will describe their technical capabilities in meeting the requirements of all specifications set forth in the Statement of Work and all the Contract Line Items and Subcontract Line Items in Schedule B. The following adjectival ratings will apply as set forth below. Further, technical capability will be determined solely on the content and merit of the information submitted in response to the RFQ. Therefore, it is incumbent on the interested party to provide sufficient technical documentation in order for the Government to make an adequate technical assessment of the contractor's documentation. The Contractor must meet or exceed all the specifications listed in the Statement of Work. ACCEPTABLE: The Offeror meets and/or exceeds the requirements. UNACCEPTABLE: The Offeror has not met one or more of the requirements of their technical capability in performing the work set forth in the Statement of Work and CLINS and SubCLINS. Factor 2. Past Performance (2 Pages): The contractor shall submit a minimum of two Past Performance Survey for the past 3 years for similar work, as stated in the Statement of Work. The Past Performance Survey is attached as a word document. The Survey needs to be submitted by the individual completing the questionnaire prior to RFQ closing date. Contractor can provide other information that may be relevant in determining past performance history for the same or similar work. Please ensure that the point of contact information is current at time of submission. The following adjectival ratings will apply: ACCEPTABLE: The offeror's response and other information provided to the Government, indicates an acceptable performance in meeting the requirements of this acquisition. NEUTRAL: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. UNACCEPTABLE: The contractor's past performance record indicates unacceptable performance based on data submitted and/or other information provided to the Government as the basis of unacceptability. Factor 3 - Price proposal: Submit unit prices and extended amount for each CLIN/Subclin based on FOB Destination prices. The ship to address is: CO, Strategic Weapons Facility Atlantic (SWFLANT), 1150 USS Los Angeles Road, Bldg. 6005, Kings Bay, GA 31547-2634. The offeror must account for all contract line items in the RFQ and the Statement of Work. Note: Failure to furnish a complete Request for Quote package may render your offer/proposal unacceptable. (b) Options. Not applicable. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause). All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability to meet all specifications and requirements. This announcement will close at 4:00 pm (EST) on 04/26/2010. Email quotes are acceptable. Email to: karen.donald@navy.mil no later than the date for closing. Reference is made to FAR Clause 52.212-1 with regard to Late Offers. All questionsand/or clarifications must be submitted in writing to karen.donald@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883610R0039/listing.html)
- Place of Performance
- Address: The ship to address is: CO, Strategic Weapons Facility Atlantic (SWFLANT), 1150 USS Los Angeles Road, Bldg. 6005, Kings Bay, GA 31547-2634., Kings Bay, GA
- Zip Code: 31547
- Zip Code: 31547
- Record
- SN02127178-W 20100422/100420235410-58f475104e6581ffbda0722b584d9d9e (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 |