SOLICITATION NOTICE
20 -- SERVICE TECHNICIAN FOR RADIO REPEATER SERVICES
- Notice Date
- 6/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-11-T-7557
- Archive Date
- 6/24/2011
- Point of Contact
- Comatrice D. Martin, Phone: 7574435920
- E-Mail Address
-
comatrice.martin1@navy.mil
(comatrice.martin1@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (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. The solicitation number is N40442-11-T-7557, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, effective 2 MAY 2011. NAICS code 811213 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USS FRANK CABLE. Original equipment manufacturer (OEM) or authorized/licensed technical representative for OEM is required for the following services: The requested period of performance for the below service is 13 JUNE 2011 - 28 JUNE 2011. 1. Statement of Work: Provide the service of qualified Motorola Representative on USNS Frank Cable to operationally inspect the existing Motorola Repeater system, to include radios, batteries, charges and repeaters and antennas if applicable. A) Repair what is possible given parts and time available B) Re-program radios that are provided to contractor C) TDR existing Radiax cables. D) Conduct an inventory of complete system- to include repeater system, hand held radios, chargers. E) Provide a report of Coverage areas under the existing system. F) Provide electronic copy of inventory of equipment of repeater system, including radios, chargers, MIC's etc. that are presented to Contractor. G) Provide Electronic copy of full report, detailing system found, condition found, work (repairs completed), and outstanding issues, and recommendations of work to be done. H) Provide recommendation to repair upgrade or replace any radios and/or the repeater system to allow for the end result of a fully operational UHF walkie talkie system with communication capability throughout ship, with little or no dead areas as possible. I) Report to be provided NLT than 7 days after service is completed. J) Approximate amount of Radio Equipment: 1) 50 Radios 2) 20 Bank Chargers 3) 10 Single Chargers 4) Repeater system and associated equipment/cables etc. K) MNFR: MOTOROLA MODEL: C64RXB-3106AT SERIAL NO: 425CTG0048 TRANSMITTER DATA: CL4291C RECEIVER DATA: RC0080 PRI. VOLT. 120VAC, 12VDC Contractor is responsible to gain access to Vessel by contacting james.b.phillips2@navy.mil or Johnathan.overton.ctr@navy.mil. They will also give you instructions on how to gain access to Navy Base in Guam. 2. Period of Performance: 13 June 2011 to 23 June 2011. NOTE: (For MSC Contracting Officer or as soon as possible upon award. Must be completed prior to 24 June. ) 3. VESSEL LOCATION and POC's: AGANA HEIGHTS GUAM NAVY BASE POC: Sauls, Keith A. (MSC) Chief Mate [saulsk@as40.navy.mil] 671-343-2545 ext 6200 or 7454 cell 671-686-0158, PPE Joe Schumacher The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 09 June 2011 at 0900 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ab836fbc8d6e653fc003ae09c4c68f4c)
- Record
- SN02467946-W 20110610/110608235445-ab836fbc8d6e653fc003ae09c4c68f4c (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 |