SOLICITATION NOTICE
58 -- Wireless Communications System
- Notice Date
- 9/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Mayport Office Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883612T0438
- Response Due
- 9/19/2012
- Archive Date
- 10/4/2012
- Point of Contact
- Carolyn Wilson 904-270-5699 x147 Technical POC Mike Bordeaux 904-542-3826 x20
- E-Mail Address
-
Contracting Officer
(carolyn.wilson1@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 in 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. The solicitation number N68836-12-T-0438 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the latest edition of the Federal Acquisition Circular. This solicitation is issued on a total small business set a-side basis, NAICS Code 334220; Installation of Enterprise Land Mobile Radios (ELMR) and Wireless Intercom System in Fire Apparatus 1. LOCATION OF WORK: The preferred location of all work is Naval Station Mayport and Naval Air Station Jacksonville, both located in Jacksonville, Florida. The government may consider performance of contract at the vendors site if it is located in the Jacksonville, Florida metropolitan area. 2. PERFORMANCE PERIOD: Completion date will be 105 days from date of award. 3. WORKING HOURS: Normal working hours for projects at NS Mayport or NAS Jacksonville are 7:00 a.m. until 4:30 p.m., Monday thru Friday, excluding Saturday, Sunday and Federal holidays, unless otherwise specified This Contract includes a two (2) week work exclusionary period where no work shall be performed during the two week period associated with Christmas and New Years in any year of your contract activity, without prior written approval of the Contracting Officer. The exact dates of the exclusionary period will be determined by the Contracting Officer after award. This exclusionary period has been considered in computing the time allowed for the performance of this contract. 4. WORK OUTSIDE REGULAR WORKING HOURS: If the Contractor desires to work outside of regular working hours, or on a Saturday, Sunday or Holiday, he/she shall submit a written application to the Contracting Officer at least 15 days in advance. The Contracting Officer will return their approval or disapproval to the contractor within 7 calendar days. 5. SCOPE OF WORK: This is a Supply/Services project intended to equip specified, government furnished vehicles with an internal, wireless communications system interfaced with each vehicles Enterprise Land Mobile Radio (ELMR). With the exception of Government Furnished Equipment/Supplies (GFE) identified elsewhere in this Statement of Work, the contractor shall provide all labor, material, equipment, and other incidental work required to complete this project. Other incidental work required includes any and all items necessary to ensure a complete, usable and maintainable final product including work not specifically stated elsewhere in this Statement of Work (SOW). Work includes, but is not limited to, the following: CLIN001 Installation for 2012 Pierce Saber Pumper Fire Apparatus ( 2 Units): 1.Install one (1) Motorola ®, Model XTL5000 Mobile Radio (GFE) in cab of apparatus. Physical location of the radio in the apparatus shall be such to allow easy access and use by either the driver or the company officer while the vehicle is in motion. 2.Connect above installed radio to existing David Clark ® 9900 Series Wireless Intercom System. Note: 1 vehicle is located at each of the previously identified Naval Bases! CLIN002 Installation for 2009 Pierce Contender on Saber Chassis Pumper Fire Apparatus (2 Units): 1.Furnish and install one (1) David Clark ® 9900 Series Wireless Intercom System in the cab of apparatus. The installed system shall be inclusive of all components, modules, and other accessories necessary to provide 4 positions of wireless communication. Headsets for this system shall be Model H9940, Behind the Head style. 2.Furnish and install one (1) 4-bay Battery Charging unit and one Battery Pack. 3.Connect above installed David Clark ® 9900 Series Wireless Intercom System to existing Motorola XTL5000 Mobile Radio in cab of apparatus. Note 1: Installation of Items 1 & 2 above shall be consistent with and resemble, as much as practical, the installation of the systems existing in CLIN001. Note 2: 1 vehicle is located at each of the previously identified Naval Bases! CLIN003 Installation for 2010 Pierce Velocity Aerial Fire Apparatus (1 Unit): 1.Furnish and install one (1) David Clark ® 9900 Series Wireless Intercom System in the cab of apparatus. The installed system shall be inclusive of all components, modules, and other accessories necessary to provide 4 positions of wireless communication. Headsets for this system shall be Model H9940, Behind the Head style. 2.Furnish and install one (1) 4-bay Battery Charging unit and one Battery Pack. 3.Connect above installed David Clark ® 9900 Series Wireless Intercom System to existing Motorola XTL5000 Mobile Radio in cab of apparatus. Note: Vehicle is located at NS Mayport. CLIN004 Installation for 2005 Pierce Dash Aerial Fire Apparatus (1 Unit): 4.Provide necessary labor and components required to convert one (1) David Clark ® 3800 Series Intercom System to a David Clark ® 9900 Series Wireless Intercom System in the cab of apparatus. The installed system shall be inclusive of all components, modules, and other accessories necessary to provide 4 positions of wireless communication. Headsets for this system shall be Model H9940, Behind the Head style. 5.Furnish and install one (1) 4-bay Battery Charging unit and one Battery Pack. 6.Connect above installed David Clark ® 9900 Series Wireless Intercom System to existing Motorola XTL5000 Mobile Radio in cab of apparatus. Note: Vehicle is located at NAS Jacksonville. Govt. Point of Contact for Technical information and/or to schedule an onsite will be Mike Bordeaux, 904-542-3826 x20 The following clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items;52.212-3 Offeror Representations and Certifications-Commercial Items; 52.204-7 Central Contractor Registration; 52.204-10 Reporting Subcontract Awards; 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, and citing: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52,232-33; 252.204-7004 Central Contractor Registration; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, and citing: 252.225-7001 and 252.232-7003; Offers are due by close of business 24 Sep 2012 and may be emailed to Carolyn.wilson1@navy.mil or faxed to 904/270-6498.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883612T0438/listing.html)
- Place of Performance
- Address: Fire Dept NAS, Jacksonville, Florida
- Zip Code: 32228
- Zip Code: 32228
- Record
- SN02891090-W 20120921/120920002930-755c1ac9c2aee7636ac2c1a5940710b4 (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 |