SOLICITATION NOTICE
58 -- Land Mobile Radios - Attachments
- Notice Date
- 8/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP330010Q0113
- Archive Date
- 2/24/2011
- Point of Contact
- Alan M Noble, Phone: 717-770-4192
- E-Mail Address
-
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- SP330010Q0113 Attachment 3: AFMC Form 496 SP330010Q0113 Attachment 2: Equipment List SP330010Q0113 Attachment 1: Statement of Work for DLA Distribution Oklahoma City, OK Land Mobile Radios The DLA Distribution Oklahoma City, OK is a tenant operation of Tinker AFB. Tinker AFB is in the process of upgrading the base Motorola trunked radio system and DLA Distribution Oklahoma City, OK is required to upgrade the depot’s system to meet the new system requirements of the new Tinker AFB system. This combined synopsis/solicitation is being restricted to Motorola brand name authorized distributors, partners, and dealers pursuant to 10 U.S.C. 2304(c)(1) Only One Responsible Source/a Limited Number of Responsible Sources and No Other Supplies or Services Will Satisfy Agency Requirements (FAR 6.302-1)(c). The acquisition will include the installation of two (2) control stations, as well as 29 mobile radios and 59 portable radios. DLA Distribution Oklahoma City, OK currently utilizes the radio equipment for communication during transportation as well as during emergency evacuation situations. The radio type is determined by its intended function, i.e. truck mount, crane mount, or handheld. All equipment must be compatible with the host site installation’s equipment. Tinker Air Force Base (AFB) is in the process of upgrading their existing Motorola trunked radio system, which provides communication capability throughout the installation. DLA Distribution Oklahoma City, OK, as a tenant on Tinker AFB, subscribes to the host installation’s radio infrastructure to support their mobile and portable radios. Using Tinker AFB’s radio system is more cost effective than installing and maintaining a separated trunk radio system specifically for DLA Distribution Oklahoma City, OK. According to the current Interagency Service Agreement (ISA), Tinker AFB 72 Air Base Wing (ABW) Command Squadron has personnel specifically trained on the Motorola infrastructure to support DLA Distribution Oklahoma City, OK with programming and maintenance of existing Motorola equipment. The upgrade of the trunk system at Tinker is predicated upon Motorola’s cancellation of support for the existing radio system; due to obsolescence (support is no longer available after 30 June 2010). Since the upgraded trunk system will be compliant with the Motorola ASTRO 25, Project 25 (P25) platform, DLA Distribution Oklahoma City, OK must also procure radio equipment compatible with the Tinker trunk system in order to continue to use Tinker’s infrastructure. If DLA Distribution Oklahoma City, OK does not procure compatible radios, an entire trunk system would be required, which would cost approximately $1.5M and take a minimum of 12 months for complete implementation. Additionally, the Motorola radios offer features that are not available from any other manufacturer. DLA Distribution Oklahoma City, OK requires the ability to tactically use a portable field radio to rekey other portable radios in the field. This allows a radio user (such as special police mission or hazardous response) to tactically group radios as needed without the necessity of the trunk (should trunk connectivity fail). Over-the-Air-Rekeying (OTAR) is inherent to the host radio system; therefore, DLA Distribution Oklahoma City, OK’s radios must be compatible in order to achieve this functionality. The radios must also be capable of sending text when speech is unavailable. Motorola is the only source of portable radios to support integrated voice and data with tactical rekeying. In summary, the specific equipment features, the need to comply with the Tinker AFB infrastructure, and cost to install a stand-alone infrastructure prohibit the ability to use equipment other than Motorola. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-10-Q-0113. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 July 2010, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100713 (amended) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 PROCLTR 2010-25 and 26. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is being issued unrestricted to business size for full and open competition. The NAICS code applicable to this acquisition is 334220 and the small business size standard is 750 employees. Required delivery of the upgraded trunk radio including installation within 120 days after award date. The requirement consists of the following: CLIN 0001 – XTL 5000 UHF R1 Mobile 10-40 Watt 380-470 MHZ S – in accordance with the attached Statement of Work and configured in accordance with the Equipment List. All Pricing shall be delivered pricing. 29 EACH @ $_________________ Extended Price $_______________________ CLIN 0002 –H18QDC9PW5AN Encryption – Portable Astro Digital XTS5000 380-470 MHZ 1-5W 48 Channel Basic with encryption– in accordance with the attached Statement of Work and configured in accordance with the Equipment List. All Pricing shall be delivered pricing. 10 Each @ $___________________ Extended Price $_______________________ CLIN 0003 – L20QSS9PW1AN – 10-40W UHF R1 380-470 MHZ XTL 5000 Consolette – in accordance with the attached Statement of Work and configured in accordance with the attached equipment list. All prices shall be delivered pricing. 2 Each @ $___________________ Extended Price $________________________ CLIN 0004 – RDE4557A – DB404-A 4 Dipole Ant 5DB 406-420 – in accordance with the attached Statement of Work and configured in accordance with the attached equipment list. All pricing shall be delivered prices. 1 Each @ $_____________________ Extended Price $______________________ CLIN 0005 – RLN4700A – IS50NXC2MA Flange Arrestor 125-1000 – in accordance with the attached Statement of Work and configured in accordance with the attached equipment list. All prices shall be delivered prices. 1 Each @ $______________________ Extended Price $_______________________ CLIN 0006 – WPLN4108BR – Impres Multi Unit Charger – 110V – in accordance with the attached Statement of Work and configured in accordance with the attached equipment list. All prices shall be delivered prices. 9 Each @ $_________________ Extended Price $__________________________ CLIN 0007 – NTN1873A Charger, Impress Rapid Rate, 110V US Plug – in accordance with the attached Statement of Work and configured in accordance with the attached equipment list. All prices shall be delivered prices. 9 Each @ $_________________ Extended Price $__________________________ CLIN 0008 – H18QDC9PW5AN – Portable Astro Digital XTS5000 380-470 MHZ 1-5W 48 channel basic in accordance with the attached Statement of work and configured in accordance with the attached Equipment List. All prices shall be delivered prices. 49 Each @ $_______________ Extended Price $__________________________ CLIN 0009 – installation services. The contractor shall provide all labor, materials, equipment to install, test, and deliver a functioning trunk radio system in accordance with the attached Statement of Work and attached equipment list. 1 Lot @ $__________________ Extended Price $____________________ Total of all CLIN Extended Prices: $_______________________________ Place of Performance: Defense Logistics Agency DLA Distribution Oklahoma City, OK Tinker AFB, OK 73145 Attachments: Attachment 1: Statement of Work Attachment 2: Equipment list Attachment 3: AMFC 496 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. FAR 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. 3. Pricing for all CLINs which demonstrates that all equipment is configured in accordance with the attached equipment list. 4. Technical capability proposal demonstrating the offeror can meet the required delivery, configuration, and installation of the specified equipment in the Statement of Work and Equipment List. 5. Past performance information from three (3) previous federal, state, local, or commercial contract of similar or same in scope over the past five (5) years. Past performance information shall include contract number, dollar amount of award, point of contact that issued the award, and description of contract demonstrating complexity, technology, magnitude of effort, schedule, and scope. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate offers in response to this quotation and will award one firm-fixed price contract to the lowest priced technically acceptable offeror. Price evaluation: Price will be evaluated on all offers that received an evaluation of “pass” for both the technical and past performance evaluation. In order for price to be evaluated, the contractor shall provide pricing for each CLIN, and a price schedule that demonstrates all equipment is configured in accordance with the attached equipment list. Lowest Price shall be evaluated on the overall price of all CLINs. Technical Evaluation: The technical capability proposal shall be subjectively evaluated on a subject “Pass/Fail” basis. The Government will review the offers technical capability in terms of meeting the proposed delivery, configuration and installation of specified equipment that will meet/exceed the needs of the Government in terms of timing, functionality and warranty requirements as identified in the attached Statement of Work (SOW) and Equipment List. Past Performance: Past performance evaluation is based upon the offeror’s ability to substantiate credible examples of past performance associated with their commercial and Government offerings, inclusive of delivery, schedule compliance, product quality, and overall customer satisfaction. Offers will be evaluated in these areas for past performance as they relate to accomplishing tasks similar to those required in the Statement of Work (SOW). The information submitted should reflect an experience in similar types of contracts for the federal/state government or commercial firms. The Government will evaluate past performance on a pass / fail basis. In evaluating past performance, the Government will consider information in the offeror’s quote, information from the offeror’s submitted past performance information, and information obtained from other sources. Other sources may include past and present customers, other Government agencies, consumer protection agencies and better business bureaus, and others who may have useful information. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based upon absolute standards of acceptable performance. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely service. The minimum criteria for acceptability under this factor shall be the submission of written information that will satisfy the requirements listed below. Past performance subfactors: A.Credible examples of past performance (at least 3 prior contracts). Each example shall include (i) the name of the contracting activity, (ii) contract number, (iii) contract type, (iv) total contract value, (v) contract work, (vi) name of contracting officer, (vii) telephone and fax numbers, and (viii) name of any subcontractors. Past performance information provided shall be recent within the past 3 years. B.Examples of past performance provided under paragraph 2A shall include documentation of (i) the offeror's record of conforming to work statements, (ii) commitment to customer satisfaction and timely service, and (iii) good workmanship and compliance with contract schedules. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a neutral rating for past performance. FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.228-5 Insurance -- Work on a Government Installation FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAER 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.232-7010 Levies on Contract Payments DLAD 52.228-9000 Insurance (FEB 2005) The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here: Workers’ Compensation and Employer’s Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers’ compensation to be written by private carriers.) General Liability- $500,000 per occurrence Automobile Liability – Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence. When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors’ proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. (End of clause) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) Offerors responding to this announcement shall submit their quotations via FAX to Alan Noble, 717-770-7591 or e-mail to Alan.Noble@dla.mil. All offers must be received by 13 August 2010 at 4:00 PM Eastern to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330010Q0113/listing.html)
- Place of Performance
- Address: Defense Logistics Agency, DLA Distribution Oklahoma City, OK, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN02227563-W 20100805/100804000019-ca3da41361769b9c75c48ec20bf62d80 (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 |