SPECIAL NOTICE
58 -- NOTICE OF INTENT TO SOLE SOURCE LMR FIRMWARE UPGRADE
- Notice Date
- 5/1/2015
- Notice Type
- Special Notice
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, CONS inactivated, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
- ZIP Code
- 20032
- Solicitation Number
- FA7014-15-T-3001
- Archive Date
- 5/26/2015
- Point of Contact
- Andrew J Sawyer, Phone: (240)612-6163
- E-Mail Address
-
andrew.j.sawyer14.mil@mail.mil
(andrew.j.sawyer14.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE: AFDW/PK Contracting Directorate intends to award a sole source, firm-fixed price contract to Motorola Federal Technical Center using other than full and open competition procedures pursuant to authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This contract will allow for Motorola to perform a firmware upgrade to an existing 1,030 (XTS/XTL5000) Land Mobile Radios (LMR) radios. These radios require the firmware upgrade to the latest release in order to ensure compatibility on the existing and newly upgraded trunked LMR System in mission critical situations. Motorola is the Original Equipment Manufacturer (OEM) of the XTS/XTL5000 and only Motorola Software is capable of being loaded onto Motorola radios. The Motorola Federal Technical Center is an OEM Factory Certified Depot that uses OEM software to insert desired features into subscriber radios. No company other than Motorola has access to this proprietary depot tool to provide factory software upgrades. Therefore, Motorola is the only source capable of providing these required radio upgrades. All radios used by Joint Base Andrews are Factory Mutual (FM) Certified and are required to be worked on by FM Certified Service centers in order to maintain FM Certification. If FM Certified radios were to be worked on by a non-FM Certified vendor, all radio FM Certifications would be voided which would render all LMRs unusable by Joint Base Andrews. This would cause a work stoppage for all emergency and first responder services on Joint Base Andrews which would severely impact the mission. The applicable North American Industry Classification System (NAICS) code for this acquisition is 811213 with a small business size standard of $11,000,000.00. This notice of intent is not a request for competitive quotations. However, the Government will consider all responses received by 11 May 2015, 2:00 PM Eastern Time. The Government will not be responsible for any cost incurred in preparation of quotations. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a subsequent competitive procurement. All interested parties may submit a response for consideration via email to Andrew Sawyer, Contracts Specialist, (240) 612-6163 or email andrew.j.sawyer14.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA7014-15-T-3001/listing.html)
- Place of Performance
- Address: 1500 Perimeter Road, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03717326-W 20150503/150501234632-98467bd9b3a587872944fd33306d3bb9 (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 |