SOLICITATION NOTICE
59 -- Motorola Base Station
- Notice Date
- 7/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- FA2860-12-T-0112
- Archive Date
- 9/30/2012
- Point of Contact
- Martin S. McIntosh, Phone: 240-612-5662, christopher r. castro, Phone: 2406125661
- E-Mail Address
-
martin.mcintosh@afncr.af.mil, christopher.castro@afncr.af.mil
(martin.mcintosh@afncr.af.mil, christopher.castro@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Motorola Consolette Base Station 20 July 2012 1. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FA2860-12-T-0112 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. All responsible sources may submit an offer to be considered by the agency. Funds are presently not available for this contract. No legal liability on the part of the Government may arise until funds are made available. All submitted quotes must be valid through October 2012. 2. This requirement is a 100% small-business set-aside. This a brand name or equal requirement for Motorola products. The North American Industry Classification System (NAICS) code is 334220 "Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing ", and the business size standard is 750 employees. 3. The Government will award a firm fixed price contract for the requested equipment for Joint Base Andrews. The following items are being procured: CLIN Description Quantity Unit Price Total Price 0001 Motorola 10-40W UHF R1 380-470MHZ XTL 5000 Conselette 2 0002 ENH: Two Year Encryption ESP 2 0003 ADD: AES Encryption 2 0004 ADD: Encryption P25 and MDC OTAR 2 0005 ADD: Encryption UCM HW 30 SEC Key Ret 2 0006 ENH: Enhanced Digital Display 2 0007 ENH: Programing Over P25 2 0008 ADD: RS232 & IC&D Packet Data Interface 2 0009 ENH: Software Astro Digital CAI Operation 2 0010 ENH: Smartzone Operation 2 0011 ENH: Astro Project 25 Trunking Software 2 0012 ADD: W9 HW Setup Consolette 2 0013 ADD: Audio INTFC BD XTL5000 2 0014 Digital Juntion Box-MCS2000 & Astro Consolette 2 0015 ADD: Cable, Junction Box, Astro Consolette 2 0016 MC3000 Digital Deskset 2 0017 ACU-T-Bundle Kit: Chassis, HSP4, CPM4, 5-Modules - TBD, Case Option, Battery Manuals and Accessory Kit. 5- DSP-2 Digital Signal Processor Modules should be included in this kit. 1 0018 Cable ACU-T To Motorola Spectra Consolette; 15 ft. 2 Descriptive Literuature of Items to be procured. Need two (2) UHF 380-470MHZ P25 consolettes with the following options: P25 9600 Baud Rate Trunking Conventional Operation AES Multi Key Over The Air Rekeying Over The Air Programming RS232 & IV&D Packet Data One (1) Remote deskset for one consolette Needs One (1) radio interoperability interface to connect 2nd consolette to an AN-GRR/GRT. Must also include cabling for the consolette to the Interface and from the interface to open wire for our connections to be made. Audio interface should have the capability to connect 2 or more simultaneous radio units. Require Programming software and cabling for consolette and Audio Interface device. 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 744CS/SCOTR ATTN: AF2011-7802-7797 ATTN: SSgt. Clifton Goodson 1539 D Street Room 5 Joint Base Andrews, MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids (Dec 1989); 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.219-6 - Notice to Total Small Business Set Aside (Jun 2003); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.232-18 - Availability of Funds (Apr 1984); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Status (DEVIATION) 252.232-7010 - Levies on Contract Payments (Dec 2006); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 11CONS-010 - WAWF Instructions; 11CONS-011 - OMBUDSMAN (Aug 2005). 6. The contracting office address is as follows: 11th Contracting Squadron 1500 W. Perimeter Rd, Suite 2780 Joint Base Andrews NAF, MD 20762 7. All quotes must be sent via e-mail to All quotes must be sent via e-mail to Amn Martin S. McIntosh at martin.mcintosh@afncr.af.mil or Rhonda Coles at rhonda.coles@afncr.af.mil. Questions shall be submitted no later than 12:00 PM EST, 6 August 2012. Quotes shall be submitted no later than 12:00 PM EST, 20 August 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0112/listing.html)
- Place of Performance
- Address: Joint Base Andrews, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Record
- SN02810282-W 20120722/120720235322-b749030fc47836e7f7a18e7b0e9938fc (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 |