SOLICITATION NOTICE
58 -- Handheld Radios - Reps and Certs Fill-in - Package #2
- Notice Date
- 1/4/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-16-Q-0140
- Archive Date
- 1/28/2016
- Point of Contact
- Richard C Childres, Phone: 315-330-4194
- E-Mail Address
-
richard.childres@us.af.mil
(richard.childres@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Justification and Approval Document Reps and Certs Fill-in This is a combined synopsis/solicitation for commercial items 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-16-Q-0140 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20151130. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. The solicitation is conducted on an unrestricted basis with regard to size standard. For reference, the NAICS code is 334220 with a small business size standard of 750 employees. The contractor shall provide the following items on a Firm Fixed Price basis, including the cost of shipping FOB destination. Brand Name only will be considered. See the attached Brand Name justification (ATTACHMENT 1). REQUIREMENT: 20 Motorola APX 7000 VHF/UHF Handheld Radios with encryption installed configured to the following: MOTOROLA ID NO DESCRIPTION QTY H97TGD9PW1 N APX7000 DIGITAL PORTABLE DUAL BAND RADIO (UID REQUIRED) 20 QA00575 ADD: UHF RANGE 1 SECONDARY BAND 20 QA00570 ADD: VHF PRIMARY BAND 20 Q58 ENH: 2 YR SFS LITE 20 Q806 ADD: ASTRO® DIGITAL CAI OPERATION 20 Q629 ENH: AES ENCRYPTION 20 QA01833 ADD: EXTREME 1-SIDED NOISE REDUCTION 20 QA01843 ADD: APX7000 MAN-DOWN 20 H38 ADD: SMARTZONE OPERATION 20 H869 ENH: MULTIKEY 20 Q361 ENH: PROJECT 25 9600 BAUD TRUNKING 20 PMKN4012B ADD: APX, PORTABLE PROGRAMMING CABLE 1 NNTN7038B BATT IMP STD IP67 LIION 2900M 3100T 20 RVN5224AD PURCHASED SOFTWARE, CPS APX POR/MOB 1 PMMN4065A ADD: APX IMPRES RSM W / VOL, IP57 10 WPLN7080 ADD: CHARGER, IMPRES, SINGLE-UNIT, US PLUG, APX7000 3 WPLN4120BR MULTI UNIT ADAPTIVE CHARGER-US PL 2 SVC03SVC0115D SUBSCRIBER PROGRAMMING 1 The anticipated delivery date is 30 days after contract award. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Rome, NY. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) 13 JAN 2016. Submit by email to richard.childres@us.af.mil or by mail to AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror'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 offers if such action is in the public interest, and may waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Past Performance. The Government intends to award to the lowest priced offeror with no negative past performance. In determining acceptable past performance AFRL/RIKO will independently obtain data from other government and commercial sources in order to consider an offeror's history of compliance with delivery schedules, order support, and general customer satisfaction. TERMS AND CONDITIONS The offeror is required to complete representations and certifications found in the provisions at: 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001) (OCT 2015) 252.203-7998, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) and 252.209-7992, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005). For your convenience all referenced certifications are attached to this solicitation, ATTACHMENT 2. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable: 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 52.219-28, Post Award Small Business Program Re-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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Information and Cyber Incident Reporting (DEVIATION 2016-O00001 252.211-7003, Item Unique Identification and Valuation Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: 'N/A' Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description: 'N/A' Para (c)(1)(iii). Attachment Nr.: 'N/A' Para (c)(1)(iv). Attachment Nr.: 'N/A' Para (f)(2)(iii). 'N/A' 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7031, Secondary Arab Boycott Of Israel 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7017 Notice Of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. 5352.209-9001, Potential Organizational Conflict of Interest ADDITIONAL GUIDANCE Requirement specific guidance is provided for the following clause: In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with award of an order that will provide applicable codes for proper invoice submission. In accordance with contract clause 252.211-7003 Item Unique Identification and Valuation, vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. Items that require UII/ UID labels are noted above in the requirement table. For reference here, each of the twenty H97TGD9PW1 N APX7000 digital portable dual band radios require a UID label. Payment cannot be authorized unless Contractor has (A) permanently affixed Unique Item Identifier (UII/ UID) label to each item with unit price ≥ $5,000 and (B) submitted required information to UID registry via WAWF. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Any costs associated in complying with these terms must be included in the cost of the award. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. NOTE: In order to receive an award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-Q-0140/listing.html)
- Place of Performance
- Address: AFRL/RIKO Specialized Acquisition & Operational Contracting Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site AFRL/Information Directorate, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN03982137-W 20160106/160104234138-73ea2c0de5d7fd3fb0b9c9d9b4c50485 (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 |