Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
SOLICITATION NOTICE

58 -- Handheld Radios and Related Equipment

Notice Date
9/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, Florida Regional Center, RPSO-FL, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
 
ZIP Code
33309
 
Solicitation Number
SWHARC14Q0059
 
Archive Date
10/2/2014
 
Point of Contact
Kevin Ellis, Phone: 9546301164
 
E-Mail Address
elliskt@state.gov
(elliskt@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. 1. DESCRIPTION 1.1. The U.S. Department of State, International Narcotics and Law Enforcement (INL), has a requirement for the purchase of radio equipment on a brand name or equal basis as described below, to be donated to the government Haiti (National Police) for INL program purposes. The NAICS code applicable to this acquisition is 334220. This acquisition will be on an unrestricted basis. 2. REQUIRED ITEMS: Radio Equipment for Haiti Corrections Program: Hand Held Radios (Part Number for reference, followed by description and quantity): 1.517A EF Johnson 51SL ES, Motorola XTS2500 or equal Portable digital radio Model I 764-870 MHz, 512 CHAN, No Display, No keypad, includes: AMBE+2 Vocoder Ver 1.6, Encryption UCM hardware, belt clip and 1/2 wave antenna +Battery; QTY=100 EA 1a. P51EA8 Antenna 700/800 MHz ½ Wave; QTY=100EA 1b. P51EB3 Extra-High Capacity Battery Pack, Ni-MH, Immersion Rating; QTY=100EA 1c. P51EH0 Black Housing; QTY=100EA 1d. P51EP02 Digital 25 CAI (Common Air Interface, Includes Free Single-Key DES); QTY=100EA 1e. P51ES3 SmartZone and Project 25 Trunking (Includes P51ES1 SMARTNET, P51ES2 SmartZone, and P51ES0 Conventional enabled: QTY=100EA 1f. P51ES60 MDC1200 Compatibility; QTY=100EA 2. 250-5100-315 Single Unit Charger, tri-chemistry 120V OR EQUAL; QTY=50EA 3. 587-5100-364 Spare Battery Li-Ion, 4400 mAh, 7.5V OR EQUAL; QTY=100EA 4. 585-5100-15005 ES Nylon Case with Military Strap, Model I OR EQUAL; QTY=100EA Control Base Stations (Part Number for reference, followed by description and quantity): 5. 537G EF JOHNSON 53SL-ES, Motorola XTL5000 OR EQUAL Dash-Mount mobile radio 10-35 WATT, 764-870MHZ, 512 Chan: Includes standard 22 ft. power cable, AMBE+2 Vocoder Ver1.6, dash mount hardware kit and accessory wire kit; QTY=6EA; 5a. M53ED3 5300 ES LCD Control Head OR EQUAL, with no hand microphone OR EQUAL; QTY=6EA 5b. M53EH2 No Additional Hardware (597-5357-701-01) Dash Mount Standard Cable OR EQUAL; QTY=6EA 5c. M53EP2 Project 25 Digital CAI (Common Air Interface) OR EQUAL; QTY=6EA 5d P53ES3 SmartZone and Project 25 Trunking (Includes P53ES1 SMARTNET, P53ES2 SmartZone, and P53ES0 Conventional enabled OR EQUAL; QTY=6EA 5e P53ES60 MDC1200 Compatibility; QTY=6EA 5f 250-4001-202 15 amp 120V Power Supply with cabinet and radio power cable OR EQUAL; QTY=6EA 5g 589-0012-02201 5300 Series Desktop Microphone (13-pin for ES Standard CH) OR EQUAL; QTY=6EA Antenna System (Part Number for reference, followed by description and quantity): 6.70389 (Celwave1109) Decibel Antenna 8DB gain (806-869Mhz) N-Female Connect; QTY=6EA 6a. GSA377273 Connector captivated N/M for LDF4-50A Heliax Cable L4TNM-PSA OR EQUAL; QTY=16EA 6b. GSA67184 (IS-B50LN-C2) POLYPHASER NJACK/NJACK 50W OR EQUAL; QTY=7EA 6c. OPM442460 Universal 2" x 10" x 1/4" solid copper ground bar OR EQUAL. Includes 10 pairs of 7/16" pre-drilled universal lug holes; QTY=7EA 6d. OPM349968 Gnd Wire #10 Cable MfgP/N 4030-5-500 GREEN Stranded Insulated 500FT/roll OR EQUAL; QTY=2EA 6e. GSA442302 Jumper 6Ft 1/4" Flex FSJ1-50A N/M-N/M; QTY=9EA 6f. OPM18264 WK-U Universal Weatherproofing Kits OR EQUAL; QTY=4EA Mobile Radios (Part Number for reference, followed by description and quantity): 7. 537G EF JOHNSON 53SL-ES, Motorola XTL5000 OR EQUAL Dash-Mount mobile radio 10-35 WATT, 764-870MHZ, 512 Chan: Includes standard 22 ft. power cable, AMBE+2 Vocoder Ver1.6, dash mount hardware kit and accessory wire kit; QTY=6EA; 7a. M53ED3 5300 ES LCD Control Head OR EQUAL, with no hand microphone OR EQUAL; QTY=6EA 7b. M53EH2 No Additional Hardware (597-5357-701-01) Dash Mount Standard Cable OR EQUAL; QTY=6EA 7c. M53EP2 Project 25 Digital CAI (Common Air Interface) OR EQUAL; QTY=6EA 7d. P53ES3 SmartZone and Project 25 Trunking (Includes P53ES1 SMARTNET, P53ES2 SmartZone, and P53ES0 Conventional enabled OR EQUAL; QTY=6EA 7e. P53ES60 MDC1200 Compatibility; QTY=6EA 7f. 501-0012-021-700/800 MHz Mobile Roof Mount Ntenna Kit (3db gain) OR EQUAL; QTY=6EA Programming Software (Part Number for reference, followed by description and quantity): 8.023-9998-527 PC Configure Software OR EQUAL (Software and manual on CD); QTY=1EA 9.023-5300-970 5100 Portable Standard Series Radio Personality Programming Cable (USB) OR EQUAL; QTY=1EA 10.023-5300-98001 5300 Mobile Standard Series Radio Personality Programming Cable (USB) (Not compatible with PC Tune)(13-pin) OR EQUAL; QTY=1EA 11.250-5000-945 Subscriber Management Assistant (SMA) Keyloading Kit OR EQUAL Includes: Handheld PDA device, case, adapter cable, charger, operating system, manuals. Supports DES, DES-OFB, AES, encryption keyloading via SLN/CKR protocol (Radio Cable ordered separately); QTY=1EA 12. 023-5000-940 5100 Series Portable Radio Key Loader Cable for Subscriber Management Assistant Keyloading Kit OR EQUAL: QTY=1EA 13. 023-5000-950 53SL ES standard mobile radio keyloader cable for SMA for Subscriber Management Assistant Keyloading Kit OR EQUAL; QTY=1EA Multiunit Maintenance Chargers (Part Number for reference, followed by description and quantity): 14. 317572 ICHARGE I80, Six-bay iCHARGE battery charger/conditioner with maintenance mode OR EQUAL. For NiCd, NiMH and LiIO batteries; QTY=10EA 15. 64068 iGUAGE LCD Display for 6 bay iCharge i80 conditioner/chargers OR EQUAL; QTY=10EA 16. 357612 IMOT17B-N-N ACT iCHARGE Adapter Cup OR EQUAL. Motorola XTS3000 Midland/EF Johnson EF5100 LiIon batteries. Only works with i20, i25, i80, i85, i87; QTY=40EA 17. 337538 iMOT-22-NCD ACT iCHARGE Adapter Cup OR EQUAL For Motorola XTS1500 batteries NTN9815 (1 bay); QTY=10EA 18. 357612 iMOT-17-NMH ACT iCHARGE Adapter Cup OR EQUAL For Motorola XTS4250 batteries NTN8294A/NTN8923A NMH (1 bay); QTY=10EA 3. DELIVERY INFORMATION Radio Equipment for Haiti Corrections Program Delivery Terms: FOB Destination. The Contractor shall consolidate the entire shipment to prevent loss and misdirection. Any lost or damaged items during shipment shall be replaced by the contractor upon notification. When the order is ready for shipment, forward the shipment prepaid directly to: United States Embassy Attn: GSO/Warehouse/NAS BLVD 15 Octobre-Tabarre 41 Port-Au-Prince, Haiti Purchase Order No. S-WHARC-14-M-XXXX (to be determined upon award) The items being acquired will be donated to the government of the ultimate destination Hati. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, required material data safety sheet, licenses, and paperwork. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. Partial shipments are not allowed. Required Delivery Date: 60 calendar days after receipt of award. If an export license is required, delivery shall be 60 days after receipt of export license, and export license application shall be accomplished expeditiously after award. 4. EVALUATION OF QUOTATIONS: 4.1. Award will be made to the Lowest Priced-Technically Acceptable quoter who submits a quotation that is responsive to the RFQ requirements. 4.2. Additional Considerations: 1. The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably high in price. 2. The Government will determine acceptability by assessing the quoter's compliance with the terms of the Request for Quotation (RFQ). 3. The quoter must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality. 4.3. The Government may make one award or multiple awards (up to a maximum of two awards, one for each CLIN); whichever is most advantageous to the Government. The cost of each additional award is estimated at $500 for evaluation purposes. As such, quotations provided on an "all or none" basis may not be considered for award. 4.4. Separate awards will not be made for each system component. As such, multiple awards within each CLIN will not be considered; all items in a given CLIN will be awarded to only one quoter. 5. QUOTATION MUST INCLUDE THE FOLLOWING: 5.1. PRICE: unit and extended prices, inclusive of delivery charges. 5.2. DELIVERY DATE: Proposed delivery date. 5.3. DESCRIPTION: Description/nomenclature of the item being quoted; product literature may be provided. Quotation must demonstrate compliance with all required features. Also include description of warranty terms. 5.4. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR/SAM. 5.5. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/). 5.6. PAST PERFORMANCE: A list of contracts within the last two (2) years for the provision of comparable radios to federal or commercial customers. The list shall include contact information (name, organization, email, and phone) and limited to no more than five (5) references. 6. ADDITIONAL INFORMATION AND REQUIREMENTS: In order to receive an award, you must be registered in the System for Award Management database at www.sam.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-14-Q-0059 is issued as an RFQ under subpart 12.6 and subpart13.1 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-66. FAR clauses may be accessed at: http://acquisition.gov/far/index.html The following FAR Clauses and Provisions are incorporated by reference. 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 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 The following clauses are selected under paragraph (b): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.214-34, Submission of Offers in the English Language The following FAR provision is included in full text: 52.211-6, Brand Name or Equal (a) If an 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. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) 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. (d) 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. DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate / Ombudsman (AUG 1999) (Deviation) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) 652.232-70, Payment Schedule and Invoice Submission (Fixed-Price) (AUG 1999) 652.242-72, Shipping Instructions (DEC 1994) 7. QUOTATIONS ARE DUE by the date and time stated on the FedBizOpps website. Quotations must be submitted by uploading to the FedBizOpps website; no other method of quotation submission is allowed. Identify your quotation as a response to solicitation number S-WHARC-14-Q-0059. Quoters are requested to limit the number of files uploaded to no more than six (6). 8. AWARD TYPE: The Government intends to award a and/or multiple firm-fixed-price Purchase Orders for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/16406162f66c3e3ee5f59dcff24cafe0)
 
Record
SN03504568-W 20140912/140910235359-16406162f66c3e3ee5f59dcff24cafe0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.