Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

J -- Repair of Motorola Handheld Radios - Statement of Work - LMR J&A

Notice Date
9/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-12-T-3019
 
Archive Date
9/25/2012
 
Point of Contact
Michael V Lee, Phone: (240) 612-6205, Jermaine A. Williams, Phone: (240) 612-6197
 
E-Mail Address
michael.lee@afncr.af.mil, Jermaine.Williams.ctr@afncr.af.mil
(michael.lee@afncr.af.mil, Jermaine.Williams.ctr@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Limited Sources Justification and Approval for 744CS requirement to acquire services of a contractor to provide one-time repair of Motorola Handheld Radios. Statement of Work (SOW) for 744CS requirement to acquire services of a contractor to provide one-time repair of Motorola Land Mobile Radios. The Air Force District of Washington Contracting Directorate, 1500 West Perimeter Dr., Suite 2750, Joint Base Andrews, MD. 20762, intends to procure the services of a contractor to provide one-time depot level repair of Motorola land mobile radio (LMR) equipment. Contractor must be an authorized Motorola Reseller and all work will be in accordance with the attached Statement of Work (SOW). Contractor's depot/repair facility must be located within 20 miles from Andrews AFB. 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7014-12-T-3019. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The North American Industry Classification System Code (NAICS) is 811213 with a business size standard of $10M. This requirement is 100% set-aside for small business. CONTRACT LINE ITEM NUMBER: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 44 Each Repair of Motorola XTS-5000 handheld radios. See atched SOW. FFP FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Each Repair of XTVA transportable base station. See atched SOW. FFP FOB: Destination DESCRIPTION: The contractor shall provide all personnel, equipment, tools, materials, supervision, and all other items and services necessary to provide depot level repair of Motorola land mobile radio subscriber assets to include: 44 each handheld radios and 1 each transportable base station (XTVA). The contractor shall provide depot level repair of Joint Base Andrews subscriber assets at a flat rate per asset. All assets shall be delivered to the depot location at the Government's expense and shipped back to the Government at the contractor's expense. The contractor shall provide turn-around time for repairs at 14 calendar days from receipt of the asset at depot for repair. The place of contract performance will be the place of business of the contractor. No Government furnished property will be provided. STATEMENT OF WORK: Please see attached document. INSPECTION AND ACCEPTANCE TERMS: Supplies/services will be inspected by Government personnel and accepted at job site. Work will be performed as stated in the SOW attached hereto. SHIP TO ADDRESS & DATE: All LMR equipment shall be delivered to the depot location at Government's expense and shipped back to the Government at the contractor's expense. The contractor shall provide turn-around time for repairs at 14 calendar days from receipt of the assets at depot for repair. 744CS/SCOT 1539 D Street Joint Base Andrews MD 20762 FAR PROVISIONS: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition are as follows: 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. The provision at 52.212-2, Evaluation-Commercial Items is applicable to this solicitation and is hereby incorporated by full text: 52.212-2-Evaluation--Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is deemed the lowest price technically acceptable. The following factors shall be used to evaluate offers: The Government will select the best overall offer based on price and technical acceptability. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provide a copy of their price break-down. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. (b) 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. The provision at 52.212-3 -- Offeror Representations and Certifications (Apr 2012) -- Commercial Items is applicable to this solicitation and is hereby incorporated by reference. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (End of Provisions) FAR Clauses: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses:52.204-99, 52.209-6, 52.214-34, 52.237-2, 52.237-3, 52.242-15, 52.252-2, http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001, 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001, 252.247-7023 and 5352.242-9000. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21,52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.233-3 and 52.233-4. FAR 5352.201-9101 OMBUDSMAN (AUG 2010) (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. 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, Col Timothy Applegate, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762, Phone # 240-612-6111. 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) Contractors are required to be registered in the System for Award Management (SAM) prior to submitting invoices. A contractor can contact SAM by calling 1-866-606-8203 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil. All written quotes must be received no later than 11:59 P.M. Eastern Standard Time (EST) on 24 eptember 2012. Only written responses along with any amendments issued and acknowledged will be considered. Quotations can be e-mailed to michael.lee@afncr.af.mil. All questions concerning this solicitation should be addressed in writing to Michael V. Lee, Contract Specialist, Phone: 240-612-6205, e-mail to michael.lee@afncr.af.mil, no later than 18 September 2012, 11:59 P.M. Eastern Standard Time (EST). An alternate Point of Contact is Mr. Jermaine Williams, Contract Specialist, 240-612-6197 or email jermaine.williams@afncr.af.mil. An official authorized to bind your company shall sign and date the quotation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-12-T-3019/listing.html)
 
Record
SN02882152-W 20120915/120914001947-8a28ac87f3d6f466f0166ee874937a55 (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.