MODIFICATION
58 -- Enterprise Land Mobile Radio (ELMR) System - Brand Name Specification
- Notice Date
- 7/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-1178
- Point of Contact
- Chelsea A. Isherwood, Phone: 4018324381, Leslie Brazil, Phone: 4018322907
- E-Mail Address
-
chelsea.isherwood@navy.mil, leslie.brazil@navy.mil
(chelsea.isherwood@navy.mil, leslie.brazil@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Specification The purpose of Amendent 1 to combined Synopsis and Solicitation N66604-18-Q-1178, is to: 1. Update the basis for solicitation from Sole Source: NUWCDVINPT is seeking a Firm Fixed Price (FFP) quote for the following Brand Name, NO substitutions allowed, see atcched, ELMR System procuremet and installation as follows: CLIN # Description Quantity 0001 Enterprise Land Mobile Radio (ELMR) System and Installation 1. H98QDF9PW6BN: APX6000 UHF R1 Model 2.5 Portable, QTY: 12 each Q498: ENH: ASTRO 25 OTAR w/Multikey, QTY: 12 each Q629: ENH: AES Encryption (AES FIPS 140-2 Level 3 Certified), QTY: 12 each Q806: ADD: ASTRO Digital CAI Operational, QTY: 12 each H38: ADD: SmartZone Operation, QTY: 12 each Q361: ADD: P25 9600 BAUD Trunking, QTY: 12 each G996: ADD: Programming Over P25 (OTAP), QTY: 12 each QA01767: ADD: P25 Link Layer Authentication, QTY: 12 each QA05100: ENH: STD Warranty Applies-No SFS, QTY: 12 each 2. L30QSS9PW1N: APX Consolette UHF R1 MP, G298: ENH: ASTRO 25 OTAR w/Multikey, QTY: 2 each G843: ADD: AEX Encryption APX (AES FIPS: 140-2 Level 3 Certified), QTY: 2 each G806: ADD: ASTRO Digital CAI Operation, QTY: 2 each W382: ADD: Control Station Desk GCAI MIC, QTY: 2 each L999: ADD: Full FP w/05/Keypad/clock/VU, QTY: 2 each CA01598: ADD: AC Line Cord US, QTY: 2 each G51: ENH: SmartZone Operation APX, QTY: 2 each G361: ADD: P25 Trunking Software, QTY: 2 each G996: ENH: Over the Air Provisioning, QTY: 2 each GA05100: ENH: STD Warranty Applies- No SFS, QTY: 2 each 3. PMNN4485: BATT IMPRES 2 Liion R IP68 2550T, QTY: 12 each 4. NNTN8860A: Charger, Single Unit IMPRES 2, 3A, QTY: 12 each 5. SVC03SVC0104D: Infrastructure Install, QTY: 1 each 6. BaseYear1: Subscriber Maintenance, QTY: 1 each (Authorized Resellers from Motorola Solutions, Inc may provide an offer) 2. Provide basis of award as follows: This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, (1) the offeror must proved the Brand Name item, no substituions allowed (see attached) in the specified qunatities, and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (now known as Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. 3. Insert DFARS Clause 252.211-7003 and update preferred method of payment as follows: In accordance with DFARS Clause 252.211-7003 the contractor shall provide a uniqu item identifier (UID) for all delivered items for which the Government's unit acquisition cost if $5,000.00 or more. If the unit cost is $5,000.00 or more, payment via Wide Are Workflow (WAWF) applies. The Government's preferred payment method is via Electronic Payment through Wide Area Workflow (WAWF). Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. 4. Remidner: The Delivery date of August 31, 2018 remaines unchanged. Amended Offers must be submitted via email to chelsea.isherwood@navy.mil. Amended Offers must be received on or before 4:30 p.m. Eastern Time on Thursday 5 July, 2018. For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: chelsea.isherwood@navy.mil. This is a combined synopsis and 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 and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-1178. Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase Enterprise Land Mobile Radio (ELMR) System and installation of the ELMR System on a Firm Fixed Price, Sole Source basis from Motorola Solutions as follows: CLIN # Description Quantity 0001 Enterprise Land Mobile Radio (ELMR) System and Installation 1. H98QDF9PW6BN: APX6000 UHF R1 Model 2.5 Portable, QTY: 12 each Q498: ENH: ASTRO 25 OTAR w/Multikey, QTY: 12 each Q629: ENH: AES Encryption (AES FIPS 140-2 Level 3 Certified), QTY: 12 each Q806: ADD: ASTRO Digital CAI Operational, QTY: 12 each H38: ADD: SmartZone Operation, QTY: 12 each Q361: ADD: P25 9600 BAUD Trunking, QTY: 12 each G996: ADD: Programming Over P25 (OTAP), QTY: 12 each QA01767: ADD: P25 Link Layer Authentication, QTY: 12 each QA05100: ENH: STD Warranty Applies-No SFS, QTY: 12 each 2. L30QSS9PW1N: APX Consolette UHF R1 MP, G298: ENH: ASTRO 25 OTAR w/Multikey, QTY: 2 each G843: ADD: AEX Encryption APX (AES FIPS: 140-2 Level 3 Certified), QTY: 2 each G806: ADD: ASTRO Digital CAI Operation, QTY: 2 each W382: ADD: Control Station Desk GCAI MIC, QTY: 2 each L999: ADD: Full FP w/05/Keypad/clock/VU, QTY: 2 each CA01598: ADD: AC Line Cord US, QTY: 2 each G51: ENH: SmartZone Operation APX, QTY: 2 each G361: ADD: P25 Trunking Software, QTY: 2 each G996: ENH: Over the Air Provisioning, QTY: 2 each GA05100: ENH: STD Warranty Applies- No SFS, QTY: 2 each 3. PMNN4485: BATT IMPRES 2 Liion R IP68 2550T, QTY: 12 each 4. NNTN8860A: Charger, Single Unit IMPRES 2, 3A, QTY: 12 each 5. SVC03SVC0104D: Infrastructure Install, QTY: 1 each 6. BaseYear1: Subscriber Maintenance, QTY: 1 each 1 job F.O.B. Destination Naval Station Newport, Newport, RI. 02841. Required Delivery Date 8/31/2018. Motorola Solutions (Linthicum Heights, MD, CAGE Code: 78205) is the only known source for the emergency communication system. Motorola Solutions, is the only authorized vendor to update and install the Enterprise Land Mobile Radio (ELMR) Systems that works directly with Commander Navy Region Mid-Atlantic (CNRMA) N613 (Telecom Specialists), who are the only Government authority for all communications on the East Coast, using the Navy ELMR System and are authorized to update/modify the assigned talk groups which already exist between NAVSTA Newport and NUWC Division Newport. Therefore, the ELMR System and installation of the ELMR System can only be obtained through Motorola Solutions. This requirement is being solicited as a sole source, unrestricted requirement under North American Industry Classification System (NAICS) Code 334220, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 1,250 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items," 52.209-11 "Representation by Corporations Regarding Delinquent Tax also apply to this solicitation." DFARS 252.204-7008 " Compliance with Safeguarding Covered Defense Information Controls," 252.204-7009 "Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information," and 252.204-7015 " Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government's preferred payment method is via credit card. Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies. Offers must be submitted via email to chelsea.isherwood@navy.mil. Offers must be received on or before 2:00 p.m. Eastern Time on Tuesday 19 June, 2018. For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: chelsea.isherwood@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1178/listing.html)
- Record
- SN04978917-W 20180705/180703231142-e68924265fc5012c8f5010f4389e4147 (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 |