SOLICITATION NOTICE
58 -- Motorola Land Mobile Radios - 252.209-7993 Provision (Required for all Solicitations) - Redacted Brand Name J&A
- Notice Date
- 8/13/2014
- 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
- F2K2AC4094A002
- Archive Date
- 9/9/2014
- Point of Contact
- Nicholas C. Vincent, Phone: 505-853-1233, Amber M. Marron, Phone: 505-846-8491
- E-Mail Address
-
nicholas.vincent.1@us.af.mil, amber.marron@us.af.mil
(nicholas.vincent.1@us.af.mil, amber.marron@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Redacted Brand Name J&A DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law—Fiscal Year 2014 Appropriations 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 Request Number F2K2AC4094A002 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 2005-76 effective 25 July 2014. NOTE: Please provide a BRAND NAME (Motorola Solutions, Inc.) quote for the item(s) below: The Government intends to award (1) one Firm-Fixed Price contract resulting from this solicitation with (1) one Contract Line Item (CLIN) for the Motorola Land Mobile Radios below: CLIN 0001: Motorola Land Mobile Radios DESCRIPTION: Product: Motorola APX7000XE Digital Portable Radios that must include: P/N: H49TGD9PW1AN / Description: APX7000XE DIGITAL PORTABLE RADIO P/N: QA00577AB / Description: ADD: APX7000XE MODEL 3 OPTION P/N: QA00579AC / Description: ADD: ENABLE DUAL BAND OPERATION P/N: Q806BP / Description: ADD: ASTRO DIGITAL CAI OPERATION P/N: Q498AZ / Description: ENH: MDC&ASTRO P25 OTAR W/ MUL P/N: Q629AL / Description: ENH: AES ENCRYPTION P/N: QA00571AB / Description: ADD: UHF RANGE 1 PRIMARY BAND P/N: QA00574AC / Description: ADD: VHF SECONDARY BAND P/N: H335CV / Description: ALT: APX7000XE NIMH IMPRES 2100MAH IP67 BATT P/N: Q58AL / Description: ENH: 2 YR SFS LITE P/N: QA01427AC / Description: ALT: APX 7000XE HOUSING GREEN P/N: H38BU / Description: ADD: SMARTZONE OPERATION P/N: Q361AS / Description: ADD: P25 9600 BAUD TRUNKING P/N: QA01749AB / Description: SW KEY SUPPLEMENTAL DATA P/N: G996AV / Description: ADD: PROGRAMMING OVER P25 (OTA P/N: Q947BD / Description: ADD: RADIO PACKET DATA P/N: QA00782AD / Description: ENH: INTERNAL ACTIVATION AND GPS BASIC FUNCTIONALITY P/N: QA01843AD / Description: ADD: APX7000XE MAN-DOWN P/N: QA01376AB / Description: ADD: VHF & UHF (380-520) GPS ANTENNA QTY: 4 Product: Motorola APX7500 Dual Band High Power Mobile Radios that must include: P/N: M30TXS9PW1AN / Description: APX7500 DUAL BAND HIGH POWER P/N: G806BE / Description: ENH: ASTRO DIGITAL CAI OP APX P/N: W22BA / Description: ADD: PALM MICROPHONE P/N: GA00342AA / Description: ADD: UHF R1 HP PRIMARY BAND P/N: GA00309AA / Description: ADD: VHF HP SECONDARY BAND P/N: G298AS / Description: ADD: ENCRYPTION P25 & MDC OTAR P/N: G843AH / Description: ADD: AES ENCRYPTION APX7500 P/N: G78AR / Description: ENH: 2 YR SFS LITE P/N: G51AT / Description: ENH: SMARTZONE OPERATION APX P/N: QA01749AB / Description: SW KEY SUPPLEMENTAL DATA P/N: G442AJ / Description: ADD: O5 CONTROL HEAD P/N: G444AE / Description: ADD: APX CONTROL HEAD SOFTWARE P/N: GA00092AC / Description: ADD: DUAL-CONTRL HD HARDWARE P/N: B18CR / Description: ADD: AUXILARY SPKR 7.5 WATT P/N: G301AC / Description: ADD: 3BD ANT 136-174MHZ P/N: G427AB / Description: ADD: ANT 3.5DB 380-420 MHZ MAXRAD P/N: G361AH / Description: ADD: P25 TRUNKING SOFTWARE P/N: G996AS / Description: ENH: OVER THE AIR PROVISIONING P/N: W947AT / Description: ADD: RS232 PACKET DATA INTERFACE QTY: 3 Product: Motorola IMPRES single bay charger that must include: P/N: NNTN7593A / Description: CHR IMP DISP DUC EXT US/NA/CA/LA QTY: 5 Product: Motorola IMPRES spare battery that must include: P/N: NNTN7037A / Description: ASSY, BTRY, IMP STD IP67 NIMH 2100M 2300T* QTY: 22 Product: Secondary Motorola mobile microphone that must include: P/N: W22BA / Description: ADD: PALM MICROPHONE QTY: 3 Product: Secondary Motorola Auxiliary Speaker that must include: P/N: B18CR / Description: Speaker 7.5 watt QTY: 3 MANUFACTURER: Motorola Solutions, Inc. TOTAL QUANTITY: 40 UNIT OF ISSUE: LOT DESIRED DELIVERY: 30 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 (LPTA). Technically acceptability is determined by conformance with each CLIN specified and no negative information reported in FAPIS 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 13.106-2(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. Quotes may be submitted via: mail to AFNWC/PZIC, ATTN: Amber M. Marron and SSgt Nicholas C. Vincent, 8500 Gibson Blvd. SE, Bldg 20202, Kirtland AFB, NM 87117; or email to amber.marron@us.af.mil and nicholas.vincent.1@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls and less than 30 MB. Communication containing documents in any other format may be blocked or stripped by the Government's server and may not be received by this office. Files in.zip format or file(s) exceeding 30 MB will not be received by this office. Quotes are due no later than 4:00 PM, MDT, 25 August 2014. 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 52.204-7, 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 Certifications - Commercial Items 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: 52.204-10, 52.209-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.225-3 Alt II, Buy American - Free Trade Agreements - Israeli Trade Act FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 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 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7993, Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriation (See Attachment) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors 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 Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances The following full text provisions and clauses apply to this procurement: 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); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (m) of this provision FAR 52.252-1, Solicitation Provisions Incorporated by Reference 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 and provisions incorporated by reference 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 52.252-5, Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6, Authorized Deviations in Clauses (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 Department of 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 5352.242-9000, Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. AFFARS 5352.201-9101, Ombudsman (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: Primary: Ms. Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Alternate: Mr. Anthony Kaiser AFNWC/PZC E-Mail: anthony.kaiser.us.af.mil Phone: (505) 853-7666 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/F2K2AC4094A002/listing.html)
- Place of Performance
- Address: Kirtland AFB, NM, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN03462965-W 20140815/140813235217-079a2d7d83e9b86d867a6f0b7a85774a (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 |