SOLICITATION NOTICE
58 -- Motorola MC 2500 - Brand Name Justification
- Notice Date
- 9/10/2011
- 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, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
- ZIP Code
- 67221-3606
- Solicitation Number
- FA4621-11-T-0047
- Archive Date
- 10/14/2011
- Point of Contact
- Joshua R. Houseworth, Phone: 3167594456, Jeff Choi, Phone: 316-759-4533
- E-Mail Address
-
joshua.houseworth@us.af.mil, jeff.choi.1@us.af.mil
(joshua.houseworth@us.af.mil, jeff.choi.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Brand Name Justification for Motorola. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, Purchase #FA4621-11-T-0047, is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-53. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 334220 with a size standard of 750 Employees. McConnell AFB, KS plans to acquire the following items. Item Description Quantity 0001 - MC2500 Multi-Channel Deskset 14 EA *4 channel control-Controls up to 4 radios or base stations. Includes ability for DC control on 1 channel *Individual channel select and instant transmit-individual status indicators and control *Unselect speaker connector - allows connection of unselect speaker oto separate audio for ease of operation *Individual volume control - Each channel has individual volume control *All mute-Mutes audio on the unselected channels *Dedicated logging recorder output-Fixed 600 Ohm output (no keying tones) with all audio summed for recording *Radio Patch-Patch any two channels *Multi-Select - All four channels can be selected for simultaneous transmit This requirement is brand name through Motorola, inc. The Base Station Land mobile radio is used for vital communications between multiple units throughout the 22d Maintenance Group for the generation of aircraft sorties and follow-on maintenance. This device is incorporated within the current infrastructure of existing communication equipment to include the Land Mobile radios and the quantar repeater. The Motorola MC2500 gives the infrastructure for communications to run through phone lines. Our technical representative stated that using another brand of radio would not integrate with our existing communications equipment. IF YOU FIND THIS INFORMATION NOT JUSTIFIED AND KNOW AN EQUAL OR BETTER SYSTEM, THE FOLLOWING INSTRUCTION BELOW IS MANDATORY IN ORDER TO SUBMIT AN OR EQUAL OFFER. PLEASE PROVIDE ANY PRODUCT DESCRIPTION, MATERIAL SPECS, AND ANY PHOTOGRAPHS FOR ANY "OR EQUAL" QUOTES FOR VALIDATION Brand Name Justification will be attached/posted to safisfy requirements at FAR 5.102(a) which state the contracting officer must make available through the GPE solicitations synopsized theough the GPE, including specifications, technical data, and other pertinent information determined necessary by the contracting officer. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The following factor will be used to evaluate offers: Price, and is included in paragraph (a) of this provision. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Specifically, the following clauses and provisions cited are applicable to this solicitation: FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.222-50, Combat Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1, Buy American Act Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.O.B. Destination; FAR 52.253-1 Computer Generated Forms; The following additional terms and conditions also apply to this contract: FAR 52.204-7, Central Contractor Registration FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-1, Small Business Program Representations; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004, Alternate A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (via Wide Area Work Flow (WAWF)); DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. Please contact the contracting officer, Rosa Krauss at 316-759-4525 or by e-mail at rosa.krauss.2@us.af.mil, before using an ombudsman; AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Rosa Krauss at 316-759-4525 or by e-mail at rosa.krauss.2@us.af.mil Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Payment will be made through Wide Area Workflow (https://wawf.eb.mil/.) Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 12:00 p.m. Central Standard Time 14 Sept 2011. Offers can e-mailed to joshua.houseworth@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-11-T-0047/listing.html)
- Place of Performance
- Address: McConnell AFB, KS, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN02571148-W 20110912/110910233742-f07dcd162041d5147a297c0ac41f8392 (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 |