SOLICITATION NOTICE
58 -- AN/PRC-167 Multi-channel Manpack Radios
- Notice Date
- 3/6/2025 1:23:28 PM
- Notice Type
- Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- FA8136 AFMC PZIOB TINKER AFB OK 73145-9125 USA
- ZIP Code
- 73145-9125
- Solicitation Number
- FA813625R0006
- Response Due
- 3/17/2025 2:00:00 PM
- Archive Date
- 04/01/2025
- Point of Contact
- Rodrick Harris, Trey Marshall
- E-Mail Address
-
rodrick.harris@us.af.mil, trey.marshall@us.af.mil
(rodrick.harris@us.af.mil, trey.marshall@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This combined synopsis/solicitation for AN/PRC-167 multi-channel manpack radios, accessories and extended warranty is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is FA813625R0006 and is issued as a Request For Quote (RFQ) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, using the procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01 dated November 12, 2019. The FAC and FAR are available at https://www.acquisition.gov/FAR. This is solicited as a Brand Name requirement under NAICS code 334290, Other Communications Equipment Manufacturing. The award resulting from this solicitation will be made using a cascading set-aside order of procedure as follows: a). In accordance with FAR Subpart 19.502.2, Total Small Business Set-Aside Procedures, any award under this solicitation will be made on a competitive basis first to a small business concern; b). If there is inadequate competition for award to a small business concern (two or more responsible small business offers), award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. The award is subject to the Service Contract Labor Standards statute. The Offeror is required to have a current and active Contractor registration in the System for Award Management (SAM) website, https://sam.gov. Responsible offerors shall provide the following line items: Line Item 0001: RF-345M-MP003. AN/PRC-167 Multi-channel Manpack radios - Quantity: 4 Line Item 0002: 12237-2730-01. VHF (Very High Frequency) and UHF (Ultra High Frequency) blade antenna - Quantity: 4 Line Item 0003: 12237-8940-0103. Factory Option Software (SW, FACTORY OPTION, PHANTOM, WRAITH) - Quantity: 4 Line Item 0004: WARRANTY-TACT NA 5-year Extended Warranty for RF-345M-MP003 RT - Quantity: 4 Line Item 0005: 12237-2740-01 L3Harris Dual-band antenna designed for manpack applications, operating within the frequency ranges of 225-450 MHz and 760-2600 Mhz (225-450 & 760-2600 MHZ DUAL BAND ANTENNA, MANPACK) - Quantity: 8 Line Item 0006: RF-3152A-AT152 L3Harris Multiband antenna designed for use in the frequency range of 30 MHz to 512 MHz (ANTENNA, 30MHZ-512MHZ, TNC) - Quantity: 4 Line Item 0007: 12043-4800-01 L3Harris Multiband Manpack Battery Box - Quantity: 4 Line Item 0008: BT-70791JV L3Harris Battery Box Assembly (BATTERY PK, RECHARGEABLE, 10.3A-HR LITH ION, TAN) - Quantity: 8 Line Item 0009: RF-7914-PS001 L3Harris Rechargeable lithium-ion battery pack, capacity of 10.3 amp-hours (MANPACK BATTERY ELIMINATOR) - Quantity: 4 Line Item 0010: RF-5058-CH002 L3Harris 2-bay battery charger/conditioner designed for military applications (BATTERY CHARGER, CONDITIONER, 2-BAY) - Quantity: 4 Questions shall be submitted to Mr. Rod Harris not later than 14 March 2025 via email at rodrick.harris@us.af.mil. Proposals shall be submitted electronically to Rod Harris by or before 19 March 2025 at 3:00 PM CST. It is the Offeror�s responsibility to ensure all proposal documents are received prior to the close date and time. The Government anticipates awarding a Firm-Fixed-Price (FFP) contract on the basis of Lowest Price Technically Acceptable (LPTA) evaluation criteria resulting from this RFP to the responsible Offeror whose proposal is conforming to the RFP. An award will be made to the Contractor who offers the lowest price and meets or exceeds the technical requirements of the solicitation. The Offerors shall submit a proposal that will demonstrate / describe how the company will meet or exceed the technical requirements stated in the Statement of Work (SOW). Offerors will submit a technical proposal that addresses their capability to provide the AN/PRC-167 multi-channel manpack radios, accessories and extended warranty. The Contractor shall provide all necessary labor, materials, supplies, equipment and supervision for the delivery, maintenance, and services in accordance with the Statement of Work (SOW) and U.S. Department of Labor Service Contract Labor Standards Wage Determination. Expected vendor delivery and installation is to be completed no later than 180 days after receipt of order. INSTRUCTIONS TO OFFERORS General Instructions: This section provides general guidance for preparing proposals. Throughout this section, the term �Offeror� means the prime contractor submitting the proposal. The Offeror�s proposal must include all data and information requested and must be submitted in accordance with these instructions. Proposal will be reviewed for responsiveness prior to being technically evaluated. An Offeror who submits an incomplete package may be considered non-responsive and will be notified immediately with the reason. The proposal shall be compliant with the requirements as stated in the Request for Proposal (RFP). A proposal that is sufficiently documented to support price and technical requirements in a complete, orderly and detailed manner will enable the Government to perform a thorough and fair evaluation. Non-compliance with the instructions and RFP may result in an unfavorable proposal evaluation and may be grounds to eliminate the proposal from consideration for contract award. Offeror�s must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale along with providing any assumptions in their proposals. The Government intends to award without discussions. The Government will not reimburse any costs incurred in relation to the proposal preparation. Offeror�s must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale along with providing any assumptions in their proposals. The Offeror shall submit an unclassified proposal, which demonstrates its ability to perform and meet the requirements in the Statement of Work (SOW). Proposal shall conform to all the requirements of this RFP IAW FAR Part 15.101-2. EVALUATION FACTORS FOR AWARD Basis for Award: Contract will be awarded to vendors on a lowest price technically acceptable (LPTA) basis. A contract will be awarded to the Offerors whose proposals conforms to the solicitation�s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged, based on the evaluation factors and sub-factors, to represent the lowest price technical acceptability. Evaluation Factors. Evaluation Criteria: Radios, accessories and extended warranty conforming to the SOW Provide all software and hardware updates and fixes according to the support level required and the service level agreement established by Original Equipment Manufacturer. Be an authorized AN/PRC 167 product reseller capable of providing the support necessary for this requirement. Provide a certificate of support to the Delivery Point POC Quote must include: Quote conforming to the CLIN structure provided List of materials provided to include Manufacture, Part Number, and Quantity Evaluation Process: The Lowest Price Technically Acceptable (LPTA) source selection process will be used. Offeror�s technical quote will be evaluated on an acceptable/unacceptable basis. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations, and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined non-responsive and thereby excluded from further consideration. Solicitation Requirements, Terms and Conditions. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or sub-factors. Failure to comply with the terms and conditions of the solicitation may result in the Offeror being determined ineligible for award. Offerors must clearly identify any exception to the solicitation�s terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. Terms and Conditions; The following clauses are included but not limited to: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.204-19 Incorporation by Reference of Representations and Certifications 52.212-1 Instructions to Offerors � Instructions to Offerors -- Commercial, applies to this acquisition. 52.212-2 Evaluation Commercial items, Evaluation -- Commercial Items, 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 and past performance considered. Any offeror must include a completed copy of the provision, 52.212-3, Offeror Representations and Certifications. The government will award to the contractor who will be most advantageous to the government price and past performance. 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Items, applies to this acquisition. The following clauses within 52.212-5 are included but not limited to: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While 52.219-6, Notice of Total Small Business Set-Aside 52.219-9, Small Business Subcontracting Plan 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference The following DFARS clauses are included but not limited to: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7004 Alt-A System for Award Management Alternate A 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests & Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/23af4ae687c74ae3900b8d143f6014ea/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN07363772-F 20250308/250307152928 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |