SOLICITATION NOTICE
J -- Motorola Radio Maintenance/Repair - Statement of Objective
- Notice Date
- 7/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
- ZIP Code
- 76127-6200
- Solicitation Number
- F5A3CF3058AC01
- Archive Date
- 8/7/2013
- Point of Contact
- Ronald G. Pyles, Phone: 8177827598
- E-Mail Address
-
ronald.pyles.1@us.af.mil
(ronald.pyles.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Objective This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format outlined in FAR Subparts 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The purchase Request number is F5A3CF3058AC01 and is issued as a Request for Quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition circular FAC 2005-67 and DFARS Change Notice (DCN) 20130617. SET ASIDE: This acquisition is being made as a Total Small Business Set-Aside in accordance with FAR Part. 19.502-2 -- This acquisition is being made under North American Industry Classification System (NAICS) code 811213, with a size standard of $10,000,000. CONTRACT LINE ITEMS: CLIN 0001 - For non-personal services: All 301FW/10AF XTS/XTL 5000 portables, consoles and consolett radios are intrinsicall safe radios. The radios must be serviced by Factory Mutual Research Corporation (FMRC) Certified agencies. The maintenance period of performance is for a period of 12 months. Provide the following not limited to warranty, repair/service and firmware, analysis and restoration. Items/Model: SVC27AA XTS 5000 Portable (hand-held) radios 587 EACH CLIN 0002 - Item/Model Number SVC436AA Encryption. 466 EACH CLIN 0003 - Item/Model Number: SVC495AB XTL Mobile Radio 48 EACH CLIN 0004 - Item/Model Number: SVC680AD XTL Consolette. 2 EACH DESCRIPTION OF REQUIREMENT: To obtain goods and services,labor, and maintenance contract in support of the 301Fighter Wing owned Trunked Mobile land Radio (TLMR) capable hand-held, mobile, consoles and consolette radios per the Statement of Objective (SOW) dated 27 Feb 2013 (attached). FUNDING STATUS: This acquisition is currently UNFUNDED. In accordance with FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Technical acceptability is determined as conformance to the requirements of each CLIN and SOW. The lowest price offer will be the first offer reviewed. Offers will be evaluated IAW FAR 13.106-2. The following provisions and clauses apply to this procurement: FAR 52.202-1, Definitions FAR 52.203-12, Limitation on Payments in Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, Central Contractor Registration FAR 52.204-13, Central Contractor Registration Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) 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-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.203-6, Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.233-3, Protest After Award FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.237-1, Site Visit FAR 52.242-13, Bankruptcy FAR 52.245-1, Government Property FAR 52.246-4, Inspection of Services - Fixed Price DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.211-7007, Reporting of Government Furnished Property DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply: FAR 52.203-3, DFARS 252.203-7000, 252.225-7012, 252.232-7003, 252.243-7002, 252.246-7004, 252.247-7023] DFARS 252-215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002, Reporting Loss of Government Property DFARS 252.245-7003, Contractor Property System Management Administration DFARS 252.245-7004, Reporting, Reutilization and Disposal DFARS 252.247-7022, Representation of Extent of Transportation by Sea AFFARS 5352.223-9001, Health and Safety on Government Installations FAR 52.252-2, Clauses Incorporated by Reference. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil AFFARS 5352.201-9101, Ombudsmen OMBUDSMAN (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. SUBMISSION GUIDELINES: Submit all quotes to ronald.pyles.1@us.af.mil NLT than 23 Jul 2013 @ 1100 AM Central. This will be the only US Government point of receipt for quotes for this requirement (this includes mail servers). It is the offeror's responsibility to get the proposal in on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Please limit file size to 3MB or less. REGISTRATION / CERTIFICATIONS: Prior to award, contactor must complete registration in the System for Award Management (SAM) and/or be current.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/F5A3CF3058AC01/listing.html)
- Place of Performance
- Address: 1710 Burke Ave., NAS Fort Worth JRB, Texas, 76127, United States
- Zip Code: 76127
- Zip Code: 76127
- Record
- SN03109646-W 20130710/130708234400-3d6c043968e3c09da77d609f6aad191d (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 |