MODIFICATION
99 -- Communications Equipment (Radio)
- Notice Date
- 4/2/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 141 ARW/LGC, WASHINGTON AIR NATIONAL GUARD CONTRACTING OFFICE, 2 SOUTH OLYMPIA AVENUE, FAIRCHILD AFB, Washington, 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6TGRR6069AW03
- Archive Date
- 4/22/2016
- Point of Contact
- Dennis K. Jutras, Phone: 5092477221, Matthew R. Richard, Phone: 5092477223
- E-Mail Address
-
141MSG.MSC@us.af.mil, 141MSG.MSC@us.af.mil
(141MSG.MSC@us.af.mil, 141MSG.MSC@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in 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 F6TGRR6069AW03 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-1, 16 Mar 2016 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20160325. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334220 with no more than 750 employees. Description of Requirement: CLIN 0001 - Raytheon ACU-M Minimum Essential Characteristics: -Interconnect 4 audio ports, 2 VoIP channels and a local operator -Interconnect radios in any band including HF, VHF, UHF, P25, 800 MHz and Nextel iDEN phones -Network connectivity that can be controlled via WAIS Controller Software -Compatible with existing ACU radio interface cables -Internal pre-configured radio template library for all supported devices -Option to install in a vehicle, in a rack, or in a Pelican case -Powered by battery, vehicle +12 outlet, 120 VAC -Able to interface with various radio brands, i.e. Harris, Motorola, BK, etc. -Water resistant front panel. -On-board and start-up diagnostic self-test with remote diagnostic capabilities. -Local monitor functionality. -DC Input Power: +9 to +15 VDC @ 1A Average Nominal. -Case Size: approx. 3.1"H x 8"W x 11"D (designed to fit ACU-M as outfitted) QTY: 01 CLIN 0002 - HF Transceiver, ICOM F8101 (OR EQUAL) Minimum Essential Characteristics: 1. ALE (Automatic Link Establishment) capable, 3G preferred 2. 1.6MHz to 30MHz Frequency range (or greater) 3. Automatic Tuning Capable 4. Ability to do Voice and Data 5. Hand microphone and built-in or external speaker 6. Antennas- Both Long range (whip preferred) and Short range (NVIS) 7. Ability to program via front panel 8. Ability to program channel presets, 50 minimum 9. All associated interconnect and programming cables 10. Software option (certain manufactures we might already possess) 11. Ability to operate on 115VAC (multiple power source options preferable) 12. Produce emissions equivalent/comparable to the following radio standards: J3E, H3E, A3E, A1A, F1B, J2B, J2A, and F3E 13. Antenna impedance of 50Ω, unbalanced QTY: 01 CLIN 0003 - UHF/VHF Repeaters (one of each), RELM RDPR-00UM (OR EQUAL) Minimum Essential Characteristics: 1. Cross band (VHF/UHF/700/800 MHz) 2. Cross mode (Analog/Digital) 3. Cross protocol (Conventional/Trunking) 4. 12-24 hour battery life, 5. Lightweight (around 17lbs), 6. 6.6 in x 16.2 in x 12.7 in, hard weatherproof pelican (or similar) case with external antenna ports, 7. 12VDC and 120VAC operating voltages 8. Ability for any manufacturer, RELM, Motorola, EFJ, ICOM to communicate on the ASIPS SINCGARS network, Military TACSAT radios as well PRC117 and PCS-5 9. External battery for additional battery life 10. Radios included (analog and P25 capable) 11. Ability and cables to interface with Motorola XTS and Harris PRC-152 radios 12. Military model, if available, and/or rugged 13. One VHF band repeater, One UHF band repeater (two total repeaters, even if radio is VHF and UHF capable) QTY: 02 AMENDMENT 01 CHANGE: VENDORS ARE ENCOURAGED TO SUBMIT QUOTES IN THE FOLLOWING MANNER: -ALL CLINS (PREFERRED) -CLIN 0001 -CLINS 0002 & 0003 The government intends to award a single firm fixed price contract, however multiple awards may be made (by CLIN). Award(s) will be made on a Best Value basis considering price and other factors (to include but not limited to: delivery schedule, compatibility with existing equipment, warranty, weight, size, maintenance requirements). For a quote to be considered technically acceptable products offered must meet minimum essential characteristics included in the description. Delivery requirement: 30 days after receipt of order (ARO), FOB Destination to Fairchild AFB, WA. Exact address will be provided upon award. Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 7 April 2016. Quotes may be e-mailed to the attention of P.O.C.s listed below. Telephone quotes will not be accepted. Contact Information: BUYER: SMSgt Dennis Jutras Alternate Buyer: MSgt Matthew Richard Emails: 141MSG.MSC@us.af.mil Award will only be made to contractors who have registered as a small business with System for Award Management (SAM) under the NAICS code 334220. Vendors may register at: http://www.sam.gov. *Please include the below information in all responses: Actively Registered in SAM? Tax ID#: DUNS Number: CAGE Code: PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil 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 to Compensation of Former DoD Officials DFARS 252.203-7996 (Dev), Prohibition on Contracting With Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7035 Alt. I, Buy American - Free Trade Agreements - Balance of Payments Program Certificate (Alternate I) DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (to be filled in at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6TGRR6069AW03/listing.html)
- Place of Performance
- Address: Washington Air National Guard, Fairchild AFB, Washington, 99011, United States
- Zip Code: 99011
- Zip Code: 99011
- Record
- SN04071184-W 20160404/160402233058-9ad76a9d830433acd853a46c2283f170 (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 |