Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2015 FBO #4963
SOLICITATION NOTICE

58 -- LMR

Notice Date
6/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
F2E2MG5153AW01
 
Archive Date
7/14/2015
 
Point of Contact
Kelly Mackenzie Lowe, Phone: 575-572-7155, Garriet R. Canteen, Phone: 5755722203
 
E-Mail Address
kelly.lowe@us.af.mil, garriet.canteen@us.af.mil
(kelly.lowe@us.af.mil, garriet.canteen@us.af.mil)
 
Small Business Set-Aside
N/A
 
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 F2E2MG5153AW01 is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is for full and open competition. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price technically acceptable. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-82 June 08, 2015. The North American Industry Classification System (NAICS) code is 334220. The SB size standard for this code is 750 employees. CLIN 0001- KNG-P400CMD Port,Digital,UHF,5W,2048Ch,380-470MHz P25 Specialized Command Groups or equal; Qty: 10 EA CLIN 0002- 2 Year Encryption Repair Service Two Year (24 Months) Warranty includes Encryption Repair Service or equal; Qty: 10 EA CLIN 0003- APCO P25 Conventional System Operation Standard Feature Included in Design or equal; Qty: 10 EA CLIN 0004- APCO P25 Digital Common Air Interface (CAI) Standard Feature Included in Design or equal; Qty: 10 EA CLIN 0005- Enhanced PTT ID Display KNG STD Feature in all KNG Series Radios. P25 ID Conv/Trunking and MDC1200 Conventional Analogue or equal; Qty: 10 EA CLIN 0006- FIPSCOMM Hardware Encryption-KNG Series Standard Feature included with DES/AES Encryption option or equal; Qty: 10 EA CLIN 0007- RS232, IV&D Packet Interface Standard Feature in all KNG Series Radios or equal; Qty: 10 EA CLIN 0008- SW Key Supplemental Data Advanced System Key radio option-Standard Feature or equal; Qty: 10 EA CLIN 0009-Intelli zone System Software STD Feature in KNG Series Radios with 9600 Baud Trunking Option Installed, includes all APCO P25 standard features found in Motorola Trade Marked SmartZone software or equal; Qty: 10 EA CLIN 0010- Multi Key Multi Key DES 16 /AES 32 capable or equal; Qty: 10 EA CLIN 0011- Submersible-6FT. 2HRS (Rugged) STD Feature -IP67 Certification Submersible on all KNG Series Portables or equal; Qty: 10 EA CLIN 0012- KAA0400 Belt Clip, KNG-P Series or equal; Qty: 10 EA CLIN 0013- KAA0815 Ant, UHF, 380-470 MHz,SMA, KNG-400 or equal; Qty: 10 EA CLIN 0014- KAA0101IS Battery Pack,Li-Ion, 3600mAh, 10.8 V, Intrinsically Safe or equal; Qty: 10 EA CLIN 0015- KZA0558 Factory Install Intrinsically Safe or equal; Qty: 10 EA CLIN 0016- KZA0582 Factory Install, OTAP, Trunking, KNG-Pxxx; Qty: 10 EA CLIN 0017- KZA0577 Factry,Install,DES & AES Encrypt, KNG; Qty: 10 EA CLIN 0018- KZA0570 Fctry Install,OTAR Trunking & Conv.,KNG Pxxx; Qty: 10 EA CLIN 0019- KZA0579 Trunking, P25,9600 Baud, KNG-Pxxx; Qty: 10 EA CLIN 0020- KZA0595 Factory Install, Radio Authentication, KNG-P; Qty: 10 EA CLIN 0021- KAA0301P Charger, Rapid, Desktop, 6-well, AC/DC,KNG; Qty; 2 EA CLIN 0022- KAA0101IS Battery Pack,Li-Ion, 3600mAh, 10.8 V, Intrinsically Safe; Qty: 10 EA CLIN 0023- KAA0203E Microphone, Speaker,Submersible, Emergency button, KNG-P; Qty: 10 EA Manufacturer : King Radios All items shall be delivered FOB Destination to Holloman AFB, NM 88330. PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 Jun 8, 2015. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR provisions and clauses are applicable to this solicitation: All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUL 2013) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013); FAR 52.212-4 Contract terms and conditions-Commercial Items (JUL 2013); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders- Commercial Items (JAN 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7003, Agency Office of the Inspector General; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003, Item Unique Identification and Valuation, Small Business Subcontracting Plan (DoD Contracts); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.239-7017, Notice of Supply Chain Risk DFARS 252.239-7018, Supply Chain Risk DFARS 252.244-7000, Subcontracts for Commercial Items; AFFARS 5352.201-9101 Ombudsman. DFARS 252.232-7006, WAWF Payment Instructions a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Receiver/COR: N/A Buyer: Kelly.Lowe@us.af.mil Contracting Officer: Garriet.Canteen@us.af.mil Additional Contact: Samantha.DeLucia@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. See Buyer Above (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Points Of Contact Contract Administrator:Kelly Lowe, SrA, USAF, Phone: (575) 572-7155, FAX: 575-572-7333, e-mail Kelly.Lowe@us.af.mil Contracting officer: Garriet Canteen, TSgt, USAF, Phone: 575-572-2203, FAX: (575) 572-7333, e-mail Garriet.Canteen@us.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) Mountain Standard Time by 26 June 2015. Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St, Suite 2160, Holloman AFB, NM 88330 not later than 1200 (12:00 p.m.) Mountain Standard Time on 29 June 2015. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/F2E2MG5153AW01/listing.html)
 
Place of Performance
Address: Holloman AFB NM., Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN03774375-W 20150626/150624234800-5dcf3455a8f615596cc75800ec3ee2a4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.