SOLICITATION NOTICE
58 -- Motorola Radios - Redacted J&A - DFARS 252.209-7997
- Notice Date
- 8/30/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2K3AP3156A001
- Archive Date
- 9/28/2013
- Point of Contact
- Katherine M. Dorn, Phone: 5058465883
- E-Mail Address
-
katherine.dorn@kirtland.af.mil
(katherine.dorn@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations Redacted Brand Name J&A This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and authorized by FAR subpart 13.5, 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. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 334220, Size Standard 750 employees. Solicitation/Purchase Requisition Number F2K3AP3156A001 is issued as a Request for Quote (RFQ) in accordance with FAR Subpart 13.5. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-69, 1 Aug 13. The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following: CLIN 0001: SRX2200 UHFR1 Model 3 portable radios. Must include Military Data Package (QA02590) and SW Key Supplemental Data (QA01749). Mfg. P/N: H99QDH9PW7 N, QTY: 60 each CLIN 0002: Software Trunking 9600 Baud. Mfg. P/N: QA02592, QTY: 60 each CLIN 0003: MDC & Astro P25 OTAR with Multikey, Mfg. P/N: QA98, QTY: 60 each CLIN 0004: AES Encryption, Mfg. P/N: Q629A, QTY: 60 each CLIN 0005: 2 Year Repair Service Advantage, Mfg. P/N: H885BK, QTY: 60 each CLIN 0006: Extreme 1-Sided Noise Reduction, Mfg. P/N: QA01833AE, QTY: 60 each CLIN 0007: ASSEMBLY, BATTERY,BATT R LI ION 2900, Mfg. P/N: NNTN8182A, QTY: 60 each CLIN 0008: IMPRES MULTI UNIT CHARGER US/NA/CA/, Mfg. P/N: NNTN7065B, Qty: 10 each CLIN 0009: APX7500 Dual Band High Power Radio, Mfg. P/N: M30TXS9PW1 N, QTY: 8 each. Must include ASTRO DIGITAL CAI OP APX, UHF R1 HP PRIMARY BAND, VHF HP SECONDARY BAND, ENCRYPTION P25 & MDC OTAR, AES ENCRYPTION APX7500, ENABLE DUAL BAND OPERATION, 2 YR REPAIR SERVICE ADVANTAGE, MODEL III GCAI KEYPAD HANDSET, GPS ANTENNA, UNIVERSAL RELAY CONTROLLER, CABLE URC TO TRANSCEIVER, SMARTZONE OPERATION APX, AUXILARY SPKR 7.5 WATT, 3BD ANT 136-174MHZ, ANT 3.5DB 380-420 MHZ MAXRAD, P25 TRUNKING SOFTWARE, OVER THE AIR PROVISIONING, GPS ACTIVATION, RS232 PACKET DATA INTERFACE, SW KEY SUPPLEMENTAL DATA, APX O7 CONTROL HEAD, CONTROL HEAD SOFTWARE, O7 CH SIREN & LIGHTS KEYPAD, DEK FOR WHELEN SIREN CLIN 0010: APX7500 SINGLE BAND UHF R1 MP, Consolette (front-mount), Mfg. P/N: L30QSS9PW1 N, QTY: 7 each. Must include ASTRO DIGITAL CAI OP APX, CONTROL STATION DESK GCAI MIC, ENCRYPTION P25 & MDC OTAR, AES ENCRYPTION APX7500, 2 YR REPAIR SERVICE ADVANTAGE, FULL FP W/05/KEYPAD/CLOCK/VU, SMARTZONE OPERATION APX, SW KEY SUPPLEMENTAL DATA, P25 TRUNKING SOFTWARE, OVER THE AIR PROVISIONING, RS232 PACKET DATA INTERFACE, AC LINE CORD US CLIN 0011: APX7500 SINGLE BAND UHF R1 MP, Consolette (remote), Mfg. P/N: L30QSS9PW1 N, QTY: 7 each Must include ASTRO DIGITAL CAI OP APX, LIMITED FRONT PANEL W/CLOCK/VU, ENCRYPTION P25 & MDC OTAR, AES ENCRYPTION APX7500, 2 YR REPAIR SERVICE ADVANTAGE, SMARTZONE OPERATION APX, SW KEY SUPPLEMENTAL DATA, P25 TRUNKING SOFTWARE, OVER THE AIR PROVISIONING, RS232 PACKET DATA INTERFACE, AC LINE CORD US, MCD5000 DESKSET, Mfg. P/N: F2380, QTY: 14 each, MCD5000 RADIO GATEWAY UNIT, Mfg. P/N: F7979, QTY: 7 each, MCD5000 RGU POWER SUPPLY, Mfg. P/N: FHN7469, QTY: 21 each, MCD 5000 DESKSET SYSTEM CONFIG TOOL, Mfg. P/N: FVN5847, QTY: 1 each CLIN 0012: IMPRES MULTI UNIT CHARGER Mfg. P/N WPLN4108, QTY: 10 and XTS IMPRES NIMH Battery 1700 mha, Mfg. P/N NNTN4436, QTY: 60 CLIN 0013: APX7000XE Digital Portable Radio, Mfg. P/N: H49TGD9PW1 N, QTY: 11 each. Must include APX7000XE MODEL 3 OPTION, ENABLE DUAL BAND OPERATION, ASTRO DIGITAL CAI OPERATION, MDC&ASTRO P25 OTAR W/ MUL, AES ENCRYPTION, UHF RANGE 1 PRIMARY BAND, VHF SECONDARY BAND APX7000 LIION 4000MAH IMPRES F, 2 YR REPAIR SERVICE ADVANTAGE, APX 7000XE HOUSING GREEN, SMARTZONE OPERATION, P25 9600 BAUD TRUNKING, PROGRAMMING OVER P25 (OTAP), RADIO PACKET DATA, KEY SUPPLEMENTAL DATA CLIN 0014: IMPRES MULTI UNIT CHARGER US/NA/CA/ with APX Battery, Mfg. P/N: NNTN7065B, QTY: 2 each Manufacturer: Motorola Solutions, Inc. Desired Delivery Date: 90 Days ARO FOB: Destination Inspection and Acceptance: Destination In accordance with the 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 by conformance with each CLIN specified and no negative information reported in FAPIIS report card. The lowest priced quote will be evaluated first. Offerors will be evaluated in accordance with FAR 13.106-2. In accordance with FAR 13.106(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. Offers may be submitted via: mail to AFNWC/PZIA, ATTN: Katherine Dorn, 8500 Gibson Blvd. SE, Bldg 20202, Rm. 137, Kirtland AFB, NM 87117; fax to (505) 846-4262 ATTN: Katherine Dorn; or email to katherine.dorn@kirtland.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. 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. The following provisions and clauses apply to this procurement: FAR 52.202-1, Definitions FAR 52.203-3, Gratuities 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, System for Award Management FAR 52.204-13, System for Award Management 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, 52.219-4, 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, 52.223-18, 52.225-13, 52.232-33] FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.242-13, Bankruptcy DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 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 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriationsnd (See Attached) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 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 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7022, Representation of Extent of Transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea The following full text provisions and clauses apply to this procurement: FAR 52.233-2, Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Rafaela A. Kovacs, 8500 Gibson Blvd SE, Bldg 20202, Rm 128, Kirtland AFB, NM 87111. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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 (Nov 2012) (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: Ms. Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC 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 (571) 256-2397, facsimile number (571) 256-2431. (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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K3AP3156A001/listing.html)
- Record
- SN03170498-W 20130901/130830235539-caddb94dc4d0023730ca383f1c4bbd02 (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 |