SOLICITATION NOTICE
58 -- Base Radio and Repeater - Brand Name Justification - Purchase Description
- Notice Date
- 7/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 115 MSG/MSC, WI ANG, 3110 MITCHELL STREET, BLDG 500, MADISON, Wisconsin, 53704-2591, United States
- ZIP Code
- 53704-2591
- Solicitation Number
- W912J2-18-Q-6016
- Archive Date
- 8/22/2018
- Point of Contact
- Scott E. Homner, Phone: 6082454524
- E-Mail Address
-
scott.e.homner.mil@mail.mil
(scott.e.homner.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Purchase Description Brand Name Justification (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W912J2-18-Q-6016 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 20 Jul 2018, and Defense Acquisition Circular DPN 20180629, effective 29 Jun 2018. (iv) This RFQ is solicited as 100% Small Business set-aside. The NAICS code is 334220 with a small business size standard of 1,250 Employees. (v) The Wisconsin Air National Guard is seeking the following items, which are manufactured by Motorola Solutions: CLIN 0001: T7039, Motorola GTR 8000 base radio, 2 EA With the following features: CLIN 0002: CA00717AA, Astro system release 7.17, 2 EA CLIN 0003: X530BG, VHF (136-174 MHZ), 2 EA CLIN 0004: CA01948AA, Conventional software, 2 EA CLIN 0005: CA01953AA, Power efficiency package, 2 EA CLIN 0006: *X182CC, Duplexer (136-146 MHZ), 2 EA CLIN 0007: *X265AN, Narrow Preselector (136-154 MHZ), 2 EA CLIN 0008: X153AW, Rack Mount Hardware, 2 EA CLIN 0009: DLN6897, PA VHF, 2 EA CLIN 0010: DLN6892, XCVR VHF V2, 2 EA CLIN 0011: DLN6898, Fan module, 2 EA CLIN 0012: DLN6455, Configuration/service software, 2 EA *Duplexer and Preselector model numbers are for example only; they are subject to change based on frequencies provided by the government at the time of the order. Items shown are Motorola Solutions part numbers. This is a brand name requirement, and the brand name justification is attached to this solicitation. The salient features are shown on the attached Purchase Description. (vi) Description of requirement: The 115th FW has a requirement for two radio repeaters which support land mobile radios in the aircraft maintenance complex. This is a brand-name requirement at the direction of the base PWCS manager. (vii) Delivery schedule is expected to be no longer than 60 days from date of contract. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial, does not apply to this acquisition. Evaluation will be based on lowest price that meets salient features. A firm fixed price contract is anticipated. (x) The offeror's quote shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I, 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 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 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 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. 2. Quotes must be valid until September 30, 2018. 3. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-18-Q-6016/listing.html)
- Place of Performance
- Address: 3110 Mitchell St, Madison, Wisconsin, 53704, United States Minor Outlying Islands
- Record
- SN05003412-W 20180725/180723231149-345906259c3d4e2a23f1101c1821ba50 (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 |