SOLICITATION NOTICE
58 -- Handheld Radios and other items used on preexisting Motorola System
- Notice Date
- 6/17/2014
- Notice Type
- Presolicitation
- Contracting Office
- 5330 Valdez Circle Bldg 5330 MS#1, Dugway, UT 84022
- ZIP Code
- 84022
- Solicitation Number
- 001052140500
- Response Due
- 6/24/2014
- Archive Date
- 12/21/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- Bids are being solicited under solicitation number 001052140500. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 623423. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway, UT 84022 The MICC Dugway Proving Ground requires the following items, Exact Match Only, to the following: LI 001: XTS 2500,H46QDF9PW6BN, XTS2500 380-470MHZ UHF1/ 1-5W/ 870 CHANNELS/ 3X2 KEYPAD/MODEL 2 Set aside for small business only. All Radios must be Motorola to match up to current radio network on Dugway Proving Ground. ON QUOTES PLEASE CLARIFY WHAT LINES ITEMS ARE ON THE WHAT GSA SCHEDULE. Please identify which Special Item Number (SIN) each item is offered under. This requirement is for a for GSA contract bids only. No partial quotes will be accepted or considered. No Open Market bids will be accepted or considered and will be disqualified. All questions concerning this buy must be submitted to the Contract Specialist, Patricia Natividad, not the Accounts Receivable Officer, or the "ship to" office. All quotes MUST include shipping/ handling fees and installation (if required), no exceptions. Please send questions, by email prior to the established closing date with a reasonable expected timed response from the Government. Most questions will receive an answer. However, asking for an extension for bid may not always be granted. Items 1-11 shall meet the above requirement., 16, EA; LI 002: ALT: IP67 IMMERSIBLE OPTION, 16, EA; LI 003: ALT: IMPRES BATTERY FM NIMH IMMERSIBLE 2000 MAH(NNTN6263), 16, EA; LI 004: ADD: XTS2500 UCM HARDWARE ENCRYPTION, 16, EA; LI 005: ENH: 1 YR ENCRYPTED REPAIR SERVICE ADVANTAGE, 16, EA; LI 006: ENH: MDC & ASTRO P25 OTAR W/ MULTIKEY, 16, EA; LI 007: ENH: SOFTWARE TRUNKING 9600 BAUD, 16, EA; LI 008: ADD: AES ENCRYPTION, 16, EA; LI 009: ENH: OVER THE AIR PROVISIONING, 16, EA; LI 010: ENH radio packet data, 16, EA; LI 011: PMMN4038A Radio Mic, 16, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Dugway Proving Ground intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Dugway Proving Ground is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. Existing systems is a Motorola trunked radio system and new equipment, hardware etc. must be able to capable. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The Offeror shall comply with the following FAR/DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7004, System for Award Management; 52.204-13, System for Award Management; **OTHER CLAUSES AS DETERMINED APPLICABLE BY THE CONTRACTING OFFICER FOR THE SPECIFIC REQUIREMENT** U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor'?s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolutions forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number (703) 806-8866 or 8875 Packages sent by FEDEX or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest procedures. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractor'?s shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer'?s Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. This requirement is set aside for small businesses, per FAR 19.502-2 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.204-7003Control of Government Personnel Work Product 252.204-7004Central Contractor Registration ? Alternate A 252.211-7003Item Identification and Valuation 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.232-7010Levies on Contact Payments 252.239-7017 Notice of Supply Risk 252.247-7023 ALT IIITransportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a44db5694c16b48ba6cc66f9f9c02edc)
- Place of Performance
- Address: Dugway, UT 84022
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03398049-W 20140619/140617235911-a44db5694c16b48ba6cc66f9f9c02edc (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 |