Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
SOLICITATION NOTICE

58 -- Portable Multi Band Air Tactical Communication Stations

Notice Date
8/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W1G22181AC01
 
Archive Date
9/19/2012
 
Point of Contact
Jamie M Sachette, Phone: 907-552-6660
 
E-Mail Address
jamie.sachette@elmendorf.af.mil
(jamie.sachette@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. 2. Solicitation F1W1G22181AC01 is issued as a BRAND NAME or equal request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 (effective 26 July 2012). The DFARS provisions and clauses are those in effect to DPN) 20120724 (effective 24 Jul 2012). 4. This is a small business set-aside. The associated North American Industry Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750 employees. 5. Line Item 0001: Three (3) each - Brand Name or equal - Portable Mutli-Band Air Tactical Communications station (model IR40) or equal. Each station includes: Voice air/ground communication in the follow bands: VHF 118-136 Mhz, UHF 225-400 Mhz, HF 1.8-30 Mhz; Configured for temporary mounting in military/civilian vehicles, RIB, or sitting on flat surface. Consists of the following major sub-systems: VHF - ICOM A-110, UHF- Motorola VTR-100, HF-ICOM IC-F7200; System should be able to be powered by multiple sources to include a 110-250 AC, 12 VDC, internal rechargeable battery or BA-5590 and have a solar panel option; Audio to be independent VHF/UHF/HF loudspeakers H-250 handsets and/or hand mic with 5M extension cable; Enclosure is to be shock mounted rack case; Height of 12U and fitted for one man carry and vehicle strapping fixture; Antenna's to be VHF and UHF whip's and HF antenna tuner with long wire and dipole antenna's; Ancillaries as required to complete the station for ready to operate out of the box status Shipping to be included to Joint Base Elmendorf-Richardson (JBER), AK. 6. The government intends to award a firm-fixed price contract. 7. Delivery: 45 days ARO. Early delivery will be accepted at no additional cost. Delivery will be to Joint Base Elmendorf Richardson, Anchorage, AK 99506. Complete delivery address and customer contact information will be provided at the time of award. 8. Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS (Feb 2012) 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Technical Acceptability and Part II - Price Proposal. Technical Acceptability and Price Proposals shall not exceed ten (5) pages; copies of technical certifications shall not be included in the page count of proposals. 2. Specific Instructions: a. PART 1- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical capability narrative, limit to 5 pages. b. PART 2- PRICE - Submit one (1) copy of price narrative, limit to 5 pages. 3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. 9. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Ability and Qualifications 2. Price The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the following: Minimum Qualifications: Three (3) each - Portable Mutli-Band Air Tactical Communications station (model IR40) or equal. Each station includes voice air/ground communication in the follow bands: VHF 118-136 Mhz, UHF 225-400 Mhz, HF 1.8-30 Mhz. Configured for temporary mounting in military/civilian vehicles, RIB, or sitting on flat surface. Consists of the following major sub-systems: VHF - ICOM A-110, UHF- Motorola VTR-100, HF-ICOM IC-F7200. System should be able to be powered by multiple sources to include a 110-250 AC, 12 VDC, internal rechargeable battery or BA-5590 and have a solar panel option. Audio to be independent VHF/UHF/HF loudspeakers, H-250 handsets and/or hand mic with 5M extension cable. Enclosure is to be shock mounted rack case. Height of 12U and fitted for one man carry and vehicle strapping fixture. Antenna's to be VHF and UHF whip's and HF antenna tuner with long wire and dipole antenna's. Ancillaries as required to complete the station for ready to operate out of the box status. Shipping to be included to Joint Base Elmendorf-Richardson (JBER), AK. Please forward all questions to Ms. Jamie M. Sachette at jamie.sachette@elmendorf.af.mil no later than 12PM Alaska Standard Time on 28 August 2012. 10. Each offeror shall include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (Apr 2011), and the provision 252.212-7000 (Jun 2005), Offeror Representations and Certifications--Commercial Items, or update these on-line representations and certifications at http://orca.bpn.gov. 11. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jul 2012), applies to this acquisition. In addition, the following clauses apply to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-50, Combating Trafficking in Persons (Feb 2009) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vehicles (Feb 2006) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.209-7999 with Class Deviation 2012-00004, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal law (Jan 2012) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) 252.225-7036, Buy American Act-Free trade Agreements-Balance of Payments Program (Jun 2012) 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program (Oct 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) The following local clause applies: G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@csd.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W1G2 SERVICE ACCECPTOR: F1W1G2 "SHIP TO" DODAAC: F1W1G2 PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 673CONS.WAWF@elmendorf.af.mil SERVICE ACCEPTOR/INSPECTOR: laura.sollano@us.af.mil CONTRACT ADMINISTRATOR: jamie.sachette@us.af.mil 13) N/A 14) N/A 15) Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by 4 September 2012 at 12:00PM Alaska Standard Time. The deadline to submit questions will be 28 August 2012 at 12:00PM Alaska Standard Time Quotations shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: Ms. Jamie M. Sachette, via fax to 907-552-7496 or e-mail: jamie.sachette@us.af.mil. E-mail is preferred. 16) For information regarding this solicitation, contact Ms. Jamie M. Sachette at (907) 552-2675.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W1G22181AC01/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02848850-W 20120823/120822000636-f8c3bf03c7e94827af256384778f5c91 (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.