SOLICITATION NOTICE
58 -- Motorola Radios and Dispatch Console System - Brand Name J&A
- Notice Date
- 7/30/2014
- 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 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
- F2K3AQ4170A001
- Archive Date
- 9/30/2014
- Point of Contact
- Kory A. Koski, Phone: 5058461153, Elizabeth H Sanchez, Phone: (505) 853-7505
- E-Mail Address
-
kory.koski@kirtland.af.mil, elizabeth.sanchez@kirtland.af.mil
(kory.koski@kirtland.af.mil, elizabeth.sanchez@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand name J&A Description: 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 (Motorola Brand Name Only). The NAICS Code for this synopsis/solicitation is 334220. Size Standard: 750 employees. Solicitation /Purchase Requisition Number F2KEAQ4170A001 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 UHFR Model 3 Portable radios, Motorola P/N H99QDH9P27 N, Item 1, QTY: 130 each CLIN 0002: ENH: Software trunking 9600 Baud AN, Motorola QA02592, Item 1 a, QTY: 130 each CLIN 0003: ENH: MDC&ASTRO P25 OTAR w/multikey, Motorola Q498, Item 1 b, QTY: 130 each CLIN 0004: ENH: AES Encryption, Motorola Q629, Item 1 c, QTY: 130 each CLIN 0005: ENH: 2 Year repair service ADVANTAGE, Motorola H885BK, Item 1 d, QTY: 130 each CLIN 0006: ADD: Extreme 1-sided noise reduction, Motorola QA01833, Item 1 f, QTY 130 each CLIN 0007: ENH: Military Data Package, Motorola QA02590, Item 1 g, QTY 130 each, CLIN 0008: Assembly, Battery, Bat R LI Ion 2900, Motorola NNTN8182B, Item 2, QTY 130 each CLIN 0009: Impress multi-unit charger US/NA/CA Motorola NNTN7065B, Item 3, QTY 6 each CLIN 0010: Dispatch Console System; Total Equipment Motorola MCC 7500 IP Dispatch Console System, QTY 1 each CLIN 0011: System Integration, QTY 1 each CLIN 0012: Training, QTY 1 each CLIN 0013: First year enhanced warranty services, QTY 1 each Manufacturer: Motorola Solutions, Inc. Desired Delivery Date: 90 Days ARO FOB: Destination Inspection and Acceptance: Destination 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 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/PZIB, ATTN: Mary Beth Maestas, 8500 Gibson Blvd, SE, Bldg 20202, Rm. 137, Kirtland AFB, NM 87117; fax to (505) 846-853-3476 ATTN: Mary Beth Maestas; or email to mary.maestas.1@us.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 received payment for products/services rendered to the Government as the result of an award. If you are not registered, you may register through the SAM website at https://www.sam.gov. All payments are to be paid via the internet through the Wide Are 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 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 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 52.204-5, Women-Owned Business (Other than Small Business) FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.209-5, Certification Regarding Responsibility Matters (Apr 2010) FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt 1, 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 1, 52.204-10, 52.209-6, 52.209-9, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-15, 52.223-18, 52.225-13, 52.232-33] 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 Compensations of Former DoD Officials (Sep 2011) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-O0004)(Oct 2013) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Statute-Balance of Payments Program Certificates DFARS 252-225-7001, Buy American and Balance of Payments Program DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. FAR 52.252-1, Solicitation Provisions Incorporated by Reference 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 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/ FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. AFFARS 5352.201-9101 Ombudsman 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. 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K3AQ4170A001/listing.html)
- Place of Performance
- Address: Kirtland Air Force Base, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN03443013-W 20140801/140730235029-7631812d26a39d766ed5339bc912a676 (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 |