SOLICITATION NOTICE
58 -- Radios and Radio Parts
- Notice Date
- 7/1/2014
- 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 Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- 14-Q-B123
- Archive Date
- 8/1/2014
- Point of Contact
- Elizabeth A. Braun, Phone: 3214942888, Candace R Longhofer, Phone: 3214949506
- E-Mail Address
-
elizabeth.braun@us.af.mil, candace.longhofer@us.af.mil
(elizabeth.braun@us.af.mil, candace.longhofer@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-14-Q-B123 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. The North American Industry Classification System (NAICS) code for this project is 334220 with a size standard of 750 employees. Item Description Qty Unit Unit Price Total Amount 0001 RF-7800UL-V150 SYSTEM, SINGLE 50W 1 EA L-BAND MPVEHICULAR,NO R/T 0002 12006-9001-01 ANTENNA, BOLT MOUNT, 1 EA X-WING, SOTM 0003 RF-3070-AT242 ANTENNA, L1/L2 ACTIVE GPS, 1 EA SOLDIER 0004 RF-3150-AT152 ANTENNA, VHF, 1 EA 30MHZ - 108MHZ, MANPACK 0005 RF-3164-AT122 ANTENNA, 225MHZ - 450MHZ, 1 EA MANPACK 0006 RF-3165-AT122 ANTENNA, 225MHZ - 2000MHZ, 1 EA MANPACK 0007 RF-3183-AT001 ANTENNA, VEH, GREEN, 1 EA BNC, 30-512 MHZ, GPS, DPX 0008 RF-3184-AT320 ANTENNA, 225MHZ- 1 EA 450MHZ,VEHICULAR, DIPOLE, GREEN 0009 RF-3187-AT320 ANTENNA, VEHICULAR, 1 EA 30-2000MHZ, MB, GREEN 0010 RF-3187-AT324 ANTENNA, VEHICULAR, 1 EA 30-2000MHZ, MB, TAN 0011 RF-3193DB-AT520 TACTICAL TRIPOD ANT SET, 1 EA 30-88,108-512 MHZ,GREEN 0012 RF-5910-PS005 BATTERY ELIMINATOR, 1 EA FIIITRANSCEIVER 0013 RF-6705-SW001 TACTICAL CHAT IP SOFTWARE 1 EA 0014 RF-6760W-03EN WIRELESS MESSAGE 1 EA TERMINAL 0015 RF-3590-RT200 TABLET, RUGGEDIZED, 1 EA BROADBAND 0016 AN/PRC-117G(V)1(C) RADIO ASSY TYPE 1 2 EA MULTIBAND MANPACK W/GPS, WWB. SUPPLY COMSEC/DODACC/KLIF 0017 12043-8940-0005 SW, FACTORY OPTION, P25 2 EA 0018 12043-8940-0007 SW, FACTORY OPTION, 2 EA P25OTAR 0019 AN/PRC-152A(V)4(C) RADIO 152A 2 METER, GPS 4 EA 0020 12041-2200-02 BATTERY PK, RECHARGEABLE 3 EA 5.8AHR LITH ION, GRN 0021 RF-5853-CH102 TWO BAY BATTERY CHARGER 3 EA HANDHELD BATTERY 0022 12104-8940-0001 SW OPTION, P25 WAVEFORM 4 EA (FACTORY-US) 0023 12104-8940-0022 SW OPTION, P25 OTAR 1 EA (FACTORY-US) 0024 RF-300W-TV001 SYSTEM, WB TVA W/O RADIO 1 EA 0025 RF-5980-SA001 SPEAKER, TACTICAL 1 EA 0026 10535-0707-A020 SPEAKER AUDIO CABLE 1 EA 0027 10535-0706-A020 SPEAKER PWR TO DC 1 EA SPLITTER BOX 0028 11075-4960-01 JUNCTION BOX 1 EA 0029 10570-0716-A006 CABLE ASSY, RF 5055 2 EA 0030 RF-5061-PS001 POWER CONVERTER 1 EA 0031 RF-390-AT001 ANT, VEH, GRN, DPX 1 EA 0032 10369-7211-20 CABLE ASSY, N TO BNC 2 EA 0033 RF-292 ANTENNA MAG MOUNT 1 EA Items requested above are manufactured by Harris Corporation. Ship to address: 920 RQW 734 Spacelift Ave Bldg 313 Patrick AFB, FL 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." Paragraph (c) first sentence revised as follows: "The offeror agrees to hold the prices in its offer firm until 1 Oct 14." RFQ due date: 17 July 2014 RFQ due time: 3:00 P.M. EST Fax RFQ to 321-494-1843; email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-14-Q-B123 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST 8 July 2014 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No 52.225-18, Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- (b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. "Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated to base upon the following: (1) Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (2) Price: Award will be made to the lowest priced technically acceptable offeror. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 14), with its Alternate I (Apr 11), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2014), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-3 Gratuities (Apr 84) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 13) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 13) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 11) 52.219-8 Utilization of Small Business Concerns (May 14) 52.219-25 Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Jul 13) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-1 Buy American Act-Supplies (May 14) 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (May 14) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.239-1 Privacy or Security Safeguards (Aug 96) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13) 252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Solicitation Offerors 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 09) 252.211-7003 Item Identification and Valuation (Jun 13) 252.211-7006 Passive Radio Frequency Identification (Sep 11) 252.215-7007 Notice of Intent to Resolicit (Jun 12) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 12) 252.225-7001 Buy American and Balance of Payments Program (Dec 12) 252.225-7012 Preference for Certain Domestic Commodities (Feb 13) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7022 Representation of Extent of Transportation by Sea (Aug 92) 252.247-7023 Transportation of Supplies by Sea (Jun 13) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 00) 252.247-7027 Riding Gang Member Requirements (Oct 11) 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions (Jun 12) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/14-Q-B123/listing.html)
- Place of Performance
- Address: 920 RQW, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03411646-W 20140703/140702002136-807af103d809c050f6c0d841ffac95a5 (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 |