SOLICITATION NOTICE
58 -- LMR replacement parts - Brand Name J&A
- Notice Date
- 8/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
- ZIP Code
- 09461-0270
- Solicitation Number
- F2P3C13102AG01
- Archive Date
- 9/20/2013
- Point of Contact
- Lynn Nicole Utley, Phone: 4401638521223, Zackery Pullen, Phone: 4401638522232
- E-Mail Address
-
lynn.utley@us.af.mil, zachery.pullen@us.af.mil
(lynn.utley@us.af.mil, zachery.pullen@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- LMR Streamlined Acquisistion Strategy Summary Motorala Brand name Justification Combined Synopsis/Solicitation RFQ -LMR Network Equipment and Parts - Reference (F2P3C13102AG01) Requesting Agency: 100th Communications Squadron (CS), RAF Mildenhall, Brandon, Suffolk, IP27 9PN, United Kingdom/ 48th Communications Squadron (CS) RAF Lakenheath, Brandon, Suffolk Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued This solicitation is subject to FAR 52.232-18, Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer This solicitation is issued as a request for quotation IAW FAR Part 12 and 13.5. Evaluation will be based on the lowest price technically acceptable (LPTA). In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3C13102AG01. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective 01 Aug 2013 and Defense Federal Acquisition Regulation DPN 20130808 effective 8 August 2013, and Air Force Acquisition Circular 2013-0327 effective 27 March 2013. Vendor's intending to submit a quotation in response to this solicitation, are to provide a quote for the items listed in the CLIN attachment, which is included with this solicitation. The following clauses and provisions apply to this solicitation and are included by reference: FAR 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from _TSgt Thomas Crews or designated alternate_. [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) 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 may be accessed electronically at this address: http://farsite.hill.af.mil/ The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Provisions: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors-Commercial Items 52.214-35 Submission of Offers in U.S. Currency 52.225-25 Prohibition on Contracting Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). _X___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X__ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). ___ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _X__ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ___ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (11) [Reserved] ___ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (14) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). ___ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (21) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). ___ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). ___ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). ___ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (37) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. _X__ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (Mar 2012) of 52.225-3. ___ (iii) Alternate II (Mar 2012) of 52.225-3. ___ (iv) Alternate III (Nov 2012) of 52.225-3. ___ (41) 52.225-5, Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (43) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2303 Note). ___ (44) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (45) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (46) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (47) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (48) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (49) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (50) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332). ___ (51) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (52) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). ___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Federal Acquisitions Regulation (FAR) Clauses: 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52-204-7 Central Contractor Registration 52.509-5 Certification Regarding Responsibility Matters 52.211-17 Delivery of Excess Quantities 52.212-3 Offeror Representations and Certifications 52.212-4 Contract Terms and Conditions - Commercial Items 52.222-50 Combating Trafficking in Persons Alternate I 52.229-6 Taxes-Foreign Fixed-Price Contracts 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.233-1 Disputes 52.243-1 Changes-Fixed Price 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A (Required Central Contractor Registration) 252.225-7042 Authorization to Perform 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (23) _X_ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (29)(i) _X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _X_ Alternate III (MAY 2002) of 252.247-7023. 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFARS): 5352.201-9101 Ombudsmen 5352.223-9001 Health and Safety on Government Installations. 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS clauses and provisions can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: 1. GENERAL INFORMATION: a) General Terms and Conditions: To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. The Government's terms, conditions, and respective clauses contained within this solicitation are prescribed in accordance with United States Federal Acquisition Regulations (FAR), and are not subject to conditionally proposed revisions or changes requested by vendor's. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract if awarded, will not be considered by the Government in its' evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendor's that are not able to comply with the aforementioned conditions, will be determined as noncompliant with the solicitation requirements, and therefore may be removed from consideration for award. b) Vendor Information: Quotations submitted by vendors in response to this solicitation must include the company's complete mailing and remittance address. c) Delivery Information: The destination delivery location specified by the attached Specifications sheet is to RAF Mildenhall, Bldg #586 and RAF Lakenheath, Unit 5180 Box 305, APO AE 09461 as Freight-On-Board (FOB) Destination. Under FOB Destination delivery procedures, associated costs will not be separated under the resultant solicitation and/or contract award. Accordingly, associated delivery/transportation costs by vendor's shall be inclusive of the proposed unit pricing of the item/product itself. The contractor is liable for any damage or costs incurred FOB Destination. Incremental deliveries to the Government's aforementioned FOB delivery location are authorized in minimum lot-sizes of ____, whereby complete delivery of all contracted items shall be made within 30 days of receipt of contract award. d) Quote Submissions Period for the Government's Acceptance: Pricing of vendor's quotations shall be held firm for 60 calendar days from the date specified for receipt of quotations Quotes are due to this office no later than 4:00p.m. Greenwich Mean Time, 5 September, 2013. Quotes may be faxed to 01638-52-2189, or sent via e-mail toTSgt Lynn Nicole Utley or TSgt Thomas Crews: lynn.utley@lakenheath.af.mil and thomas.crews@lakenheath.af.mil. e) Contract award: The Government intends to evaluate quotations and award a contract without discussions with offerors. Therefore, the vendor's initial quotations should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in quotations received. f) Multiple awards: The Government may accept any item or group of items of a quotation, unless the vendor qualifies their quote by specific limitations. Quotations may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices quoted, unless the vendor specifies otherwise in their quote. g) Invoicing/Payment: The authorized payment procedures by the US Government DOES NOT allow payment to be furnished to the chosen contractor until contract requirements have been delivered, and subsequently accepted by the Government in full. Additionally, payment under US Government Contracts must be made by means of Electronic Funds Transfer (EFT) whereby companies wishing to quote to the subsequent solicitation must register with certain US Government data-bases SAM (System Acquisition Management) and WAWF (Wide Area Work Flow). Note that there is not an associated cost for companies to register accounts under the aforementioned databases. 2. QUOTATION REQUIREMENTS: Quotations submitted in response to this Combined Synopsis/ Solicitation must address the following evaluation factors: 1.) Price Quotation. The requirements for these factors to be accounted by vendors in submitting a quotation are as follows: a) Price Quotation: o Pricing of quotations shall be submitted United States Dollars ($) and must be firm and valid for a period of no less than 30 days from the date specified for receipt of quotations. Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) 1. Vendors must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, licensing, transportation, delivery, ect. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs. 2. The resultant contract-type will be firm-fixed priced, whereby price revisions and/or negotiations will not be allowed at time of, or after award. Accordingly, vendors wishing to submit a price quotation in response to this solicitation must state in-writing, that quoted pricing is fixed, and not subject to revision and/or negotiation if selected for contract award. 3. Discount for prompt payment - if any b) Price Schedule: Potential Offerors are to provide a quote for the supplies listed in Attachment 1 in accordance with the CLIN structure attached to this solicitation: Each CLIN is to be priced out seperately. The Government reserves the right to award all some or none of the CLINs based of availability of funds. Additionally the government may make award to more than once vendor in response to this solicitation if deemed in the Governments best interest. Quote shall include a unit and total price for the following price schedule: Quantity - 1 Lot - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ QUOTE SPECIFICS: All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Discounts for prompt payment- if any 3. CAGE Code, DUNNS CODE & Bradstreet number (DUNS), and Taxpayer ID number (visit http://www.sam.gov) 4. Quotes must be valid for a period of no less than 60 days. 5. Copy of Offeror Representations and Certification (see FAR 52.212-3 which is incorporated by reference) or provide updated information electronically through ORCA at https://orca.bpn.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) AWARD BASIS: The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Part I - Price Proposal (b) EVALUATION DETAIL: The aforementioned factors of Price and Technical Capability will be evaluated in detail as follows: i. PART I - Price Evaluation. a. Each vendor's line item price will be verified by multiplying the quantities identified at the contract line item number (CLIN) level by the proposed unit price to confirm the extended amount for each CLIN. b. Comparisons of quoted pricing by vendors received in response to the solicitation will be evaluated at the CLIN level and aggregate total. As this requirement is a "commercial" commodity, that will result in a "firm-fixed-priced" contract, a comparison of vendor's quoted, competitive prices will satisfy the requirement for price analysis, in establishing price reasonableness in accordance with FAR Part 13.106-3(1). If a determination of reasonable pricing cannot be established through adequate price competition, the Government may use additional price analysis techniques in accordance with FAR Part 13.106-3 to determine price reasonableness. The depth at which price analysis is conducted by the Government in determining price reasonableness is left to the Government's discretion. (c) AWARD DETERMINATION: Under the LPTA evaluation process, trade-offs will NOT be permitted between price, and the non-price factor of Technical Capability. In accordance with the ordered evaluation process outlined within this clause, the Government's award determination will be based upon the lowest priced, technically acceptable quotation (End Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. QUOTES ARE DUE to this office no later than 3:00p.m. Greenwich Mean Time, 5 September 2013. Quotes may be sent via e-mail to Lynn.Utley@lakenheath.af.mil If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Lynn Nicole Utley TEL: 01638-52-1223 or EM: lynn.utley@lakenheath.af.mil Secondary Point of contact: Contracting Officer: Thomas Crews TEL: 01638-52-2253 or EM: thomas.crews@lakenheath.af.mil The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil The following clauses and provisions apply to this solicitation: Attachment 1 F3B3C13137AC01 100 CS CLIN 0001 0001-AA PART NUMBER: TT2538 Z240 LOW TIER WORKSTATION WINDOWS 7 Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0002-AA PART NUMBER: T7448 WINDOWS SUPPLEMENTAL FULL CONFIGURATION Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0003-AA PART NUMBER: B1912 MCC SERIES DESKTOP SPEAKER Quantity -2 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0004-AA PART NUMBER: B1914 MCC SERIES DESKTOP GOOSENECK MICROPHONE Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0005-AA PART NUMBER: B1913 MCC SERIES HEADSET JACK Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0006-AA PART NUMBER: RLN6098 HDST MODULE BASE W/PTT, 15' CABLE Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0007-AA PART NUMBER: RMN5080B SUPRAPLUS NC DUAL MUFF HEADSET MHZ Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0008-AA PART NUMBER: DSTWIN6328A PROVIDES ONE DUAL PEDAL FOOTSWITCH FOR USE WITH MOTOROLA MCC 7500 DISPLAY Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0009-AA PART NUMBER: T7885 MCAFEE WINDOWS AV CLIENT Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0010-AA PART NUMBER: DDN1245 DUALL IRR SW USB HASP WITH LICENSE Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0011-AA PART NUMBER: DDN1118 PCI EXPRESS SOUND BLASTER X-FI XTRE Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0012-AA PART NUMBER: CDN6673 CREATIVE LABS INSPIRE 245 Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0013-AA PART NUMBER: B1905 MCC 7500 ASTRO 25 SOFTWARE Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0014-AA PART NUMBER: B1933 MOTOROLA VOICE PROCESSOR MODULE Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0015-AA PART NUMBER: CA01642AA ADD: MCC 7500 BASIC CONSOLE FUNCTIONALITY SOFTWARE LICENSE Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0016-AA PART NUMBER: CA01643AA ADD: MCC 7500/MCC 7100 TRUNKING Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0017-AA PART NUMBER: CA01220AA ADD: MCC 7500/MCC 7100 OTEK OPERA 1 EA Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0018-AA PART NUMBER: CA00147AF ADD: MCC 7500 SECURE OPERATION Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0019-AA PART NUMBER: CA00182AB ADD: AES ALOGORITHM Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0020-AA PART NUMBER: CA00140AC ADD: AC LINE CORD, UK Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0021-AA PART NUMBER: DS019BLK 19" LCD, BLACK, NON-TOUCH Quantity - 1 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ F2P3C13112AG01 48 CS CLIN 0002 0001-AA H18QDF9PW7AN - BARVO/MAKO VOCON BOARD FOR MODEL III Flash Code: 5800880014821 Quantity - 57 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0002-AA H18QDF9PW6AN - BARVO/MAKO VOCON BOARD FOR MODEL II Flash Code: 5800880014821 Quantity - 20 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0003-AA H18QDC9PW5AN - BARVO/MAKO VOCON BOARD FOR MODEL I Flash Code: 1800880014820 Quantity - 40 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0004-AA NNTN6468C - MODEL I HOUSING RUGGED Quantity - 50 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0005-AA NNTN6469C - MODEL II HOUSING RUGGED Quantity - 25 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0006-AA NNTN4197A - CRYPTO BOARDS AES 256 Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0007-AA 7285726C03 - DISPLAY PANEL Quantity - 30 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0008-AA 7585189D02 - PAD, DISPLAY LOCATOR Quantity - 30 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0009-AA 4505375Z02 - SECURE Control KNOB Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0010-AA 3605371Z02 - Volume Control Knob XTS5000 Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0011-AA 3205349Z03 - MAIN SEAL Quantity - 25 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ F2P3C13112AG02 48 CS CLIN 0003 0001-AA H18QDF9PW7AN - BARVO/MAKO VOCON BOARD FOR MODEL III Flash Code: 5800880014821 Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0002-AA H18QDF9PW6AN - BARVO/MAKO VOCON BOARD FOR MODEL II Flash Code: 5800880014821 Quantity - 57 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0003-AA H18QDC9PW5AN - BARVO/MAKO VOCON BOARD FOR MODEL I Flash Code: 1800880014820 Quantity - 20 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0004-AA NNTN6468C - MODEL I HOUSING RUGGED Quantity - 40 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0005-AA NNTN6469C - MODEL II HOUSING RUGGED Quantity - 50 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0006-AA NNTN4197A - CRYPTO BOARDS AES 256 Quantity - 25 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0007-AA 7285726C03 - DISPLAY PANEL Quantity - 30 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0008-AA 7585189D02 - PAD, DISPLAY LOCATOR Quantity - 30 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0009-AA 4505375Z02 - SECURE Control KNOB Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0010-AA 4505375Z02 - SECURE Control KNOB Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0011-AA 3205349Z03 - MAIN SEAL Quantity - 25 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ F2P3C13112AG03 CLIN 0004 0001-AA H18QDF9PW7AN - BARVO/MAKO VOCON BOARD FOR MODEL III Flash Code: 5800880014821 Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0002-AA H18QDF9PW6AN - BARVO/MAKO VOCON BOARD FOR MODEL II Flash Code: 58008800148 Quantity - 21 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0003-AA H18QDC9PW5AN - BARVO/MAKO VOCON BOARD FOR MODEL I Flash Code: 1800880014820 Quantity - 57 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0004-AA NNTN6468C - MODEL I HOUSING RUGGED Quantity - 20 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0005-AA NNTN6469C - MODEL II HOUSING RUGGED Quantity - 40 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0006-AA NNTN4197A - CRYPTO BOARDS AES 256 Quantity - 25 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0007-AA 7285726C03 - DISPLAY PANEL Quantity - 30 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0008-AA 7585189D02 - PAD, DISPLAY LOCATOR Quantity - 30 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0009-AA 4505375Z02 - SECURE Control KNOB Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ F2P3C13112AG04 CLIN0005 0001-AA H18QDF9PW7AN - BARVO/MAKO VOCON BOARD FOR MODEL III Flash Code: 5800880014821Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0002-AA H18QDF9PW6AN - BARVO/MAKO VOCON BOARD FOR MODEL II Flash Code: 5800880014821Quantity - 57 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0003-AA H18QDC9PW5AN - BARVO/MAKO VOCON BOARD FOR MODEL I Flash Code: 1800880014820 Quantity - 20 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0004-AA NNTN6468C - MODEL I HOUSING RUGGED Quantity - 40 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0005-AA NNTN6469C - MODEL II HOUSING RUGGED Quantity - 50 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0006-AA NNTN4197A - CRYPTO BOARDS AES 256 Quantity - 25 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0007-AA 7285726C03 - DISPLAY PANEL Quantity - 30 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0008-AA 7285726C03 - DISPLAY PANEL Quantity - 30 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 0009-AA 4505375Z02 - SECURE Control KNOB Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 00 Quantity - 10 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ 10-AA 3605371Z02 - Volume Control Knob XTS5000 0011-AA 3205349Z03 - MAIN SEAL Quantity - 25 Lot Sum - Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3C13102AG01/listing.html)
- Place of Performance
- Address: 100th Communications Squadron (CS), RAF Mildenhall, Brandon, Suffolk, IP27 9PN, United Kingdom/ 48th Communications Squadron (CS) RAF Lakenheath, Brandon, Suffolk, Non-U.S., United Kingdom
- Record
- SN03163219-W 20130828/130827000136-cb6633679cf9d007e277ecb8b023011c (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 |