SOLICITATION NOTICE
58 -- Motorola Radios - Brand Name Letter
- Notice Date
- 7/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- FY14-11CEF-LGCAB-RADIOS
- Point of Contact
- Vincent L. Johnson, Phone: 2406125665
- E-Mail Address
-
vincent.johnson@afncr.af.mil
(vincent.johnson@afncr.af.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Justification and Approval for Brand Name Only Purchase. APX 7500 Radios for the 11th CEF 30 June 2014 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number FA2860-14-T-0024 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-73. All responsible sources may submit an offer to be considered by the agency. 2. This requirement is a 100% Women Owned Small-Business set-aside. The North American Industry Classification System (NAICS) code is 334220, and the business size standard is 750 employees. 3. The Government will award a firm fixed price contract for APX 7500 Radios for the 11th CEF at Joint Base Andrews. The following items are being procured: CLIN Description Quantity Unit Price Total Price 0001 APX 7500 DUAL BAND MID POWER WITH UHF R1 MP PRIMARY BAND PART NUMBER: M30TSS9PW1N/GA00341 4 0002 7/800 MHZ SECONDARY BAND PART NUMBER: GA00579 4 0003 ENABLE DUAL BAND OPERATION PART NUMBER: GA00579 4 0004 IMBED ASTRO DIGITAL CAI OPERATION APX PART NUMBER: G806 4 0005 ENHANCED SMARTZONE OPERATION APX WITH SOFTWARE KEY SUPLEMENTAL DATA PART NUMBER: G51/QA01749 4 0006 P25 TRUNKING SOFTWARE PART NUMBER: G361 4 0007 TDMA OPERATION PART NUMBER: GA00580 4 0008 APX 02 CONTROL HEAD AND APX CONTROL HEAD SOFTWARE PART NUMBER: GA00804/G444 1 0009 REMOTE MOUNT 05 MID POWER PART NUMBER: G7 4 0010 ANT 3DB LOW PROFILE 762-870 PART NUMBER: GA00804/G444 4 0011 ANTENNA ¼ WAVE WHIP ROOF TOP 380-420 MHZ PART NUMBER: G425 4 0012 PALM MICROPHONE (TWO INSTALLED ON QUINT) PART NUMBER: W22 5 0013 SPEAKER 15W WATER RESISTANT (TWO INSTALLED ON QUINT PART NUMBER: G831 5 0014 APX DUAL CONTROL HARDEWARE (ONLY FOR QUINT) PART NUMBER: GA00092 1 0015 REMOTE MOUNT CABLE 17 FEET (ONLY FOR QUNIT) PART NUMBER: G628 1 0016 REMOTE MOUNT CABLE 30 FEET (ONLY FOR QUNIT) PART NUMBER: G610 1 0017 RS232 PACKET DATA INTERFACE FOR APX PART NUMBER: 2 4 0018 ENCRYPTION P25 AND MDC OTAR PART NUMBER: G298 4 0019 AES ENCRYPTION APX 7500 PART NUMBER: 2947 4 0020 APX 7500 TWO YEARS (24 MONTHS) OF REPAIR AND SERVICE PART NUMBER: G78 4 0021 APX 7500 AND COMPONENT INSTALLATION CHARGE FOR FOAM 6 VEHICLE 1 0022 APX 7500 AND COMPONENTS INSTALLATION CHARGE FOR PREVENTION 1 VEHICLE 1 0023 APX 7500 AND COMPONENTS INSTALLATION CHARGE FOR QUINT 74 VEHICLE 1 0024 APX 7500 AND COMPONENTS INSTALLATION CHARGE FOR UTILITY FOR 1 VEHICLE 1 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: Andrews AFB, Maryland 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors--Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.225-18 - Place of Manufacture 52.252-1 - Solicitation Provisions Incorporated by Reference; 52.252-5 - Authorized Deviations in Provisions. The following clauses are applicable: 52.201-1 - Definitions 52.203-5 - Covenant Against Contingent Fees 52.203-6 - Restrictions on Subcontractor Sales to the Government 52.203-7 - Anti-Kickback Procedures 52.203-17 - Contractor Employee Whistle blower Rights and Requirements to Inform Employees of Whistle Blower Rights 52.204-7 - System for Award Management Registration Deviation; 52.211-5 - Material Requirements 52.211-17 - Delivery of Excess Quantities; 52.212-4 - Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION); 52.216-24 - Limitation of Government Liability 52.216-25 - Contract Definition 52.219-6 - Notice of Total Small Business Set-Aside; 52.222-3 - Convict Labor; 52.222-19 - Child Labor-Cooperation with Authorities and Remedies; 52.222-50 - Combating Trafficking in Persons 52.222-21 - Prohibition of Segregated Facilities; 52.223-3 - Hazardous Material Identification and Material Safety Data; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases; 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or transactions relating to ran Representation to Iran 52.232-1 - Payments 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management; 52.232-39 - Enforceability of Unauthorized Obligations 52.233-2 - Service of Protest 52.233-3 - Protest After Award; 52.233-4 - Applicable Law for Breach of Contract Claim; 52.243-1 - Changes -- Fixed Price 52.244-6 - Subcontracts for Commercial Items 52.247-34 - F.O.B. Destination; 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses; 252.204-7004 - Alternate A, System for Award Management; 252.204-7006 - Billing Instructions; 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 - Wide Area Workflow Payment Instructions. The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 5352.201-9101 - Ombudsman 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All quotes must be sent via e-mail to Vincent L. Johnson at Vincent.L.Johnson69.civ@mail.mil Quotes shall be submitted no later than 12:00 PM EST, 23 July, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FY14-11CEF-LGCAB-RADIOS/listing.html)
- Place of Performance
- Address: 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03425566-W 20140717/140716021853-4ccd997dbb5ec4fc8b45d20c5dc595eb (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 |