SOLICITATION NOTICE
58 -- Subsciber Unit Upgrade- Brand Name - J&A Control No W911W5-17-R-0004
- Notice Date
- 8/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Army Contracting Command - ACC - WRN - INSCOM (W911W5)
- ZIP Code
- 00000
- Solicitation Number
- W911W5-17-R-0004
- Archive Date
- 9/23/2017
- Point of Contact
- Ralph F. Kaminski, Phone: 4349511599
- E-Mail Address
-
ralph.f.kaminski.civ@mail.mil
(ralph.f.kaminski.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification and Approval 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. 1. Solicitation number W911W5-17-R-0004 is a request for quote (RFQ). 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. 3. Solicitation W911W5-17-R-0004 is set-aside for small business that meet brand name requirements of the Justification and Approval control number W911W5-17-R-0004 that issued as an attachment with the solicitation. The associated NAICS code is 334290 and small business size standard is 750 employees. 5. To follow is a list of line item number(s), model numbers, descriptions, and quantities. The unit of measure for all is each. Portable Radio Requirement CLIN Model Number Description QTY 0001 XL-PFM1M PORTABLE,XL-200P,FULL,MIDNT BLK,US 20 0002 XL-PL5K FEATURE,PROFILE OTAP OVER-THE-AIR PRGM 20 0003 XL-PL5L FEATURE,P25 OTAR(OVER-THE-AIR-REKEYING) 20 0004 XL-PL4F FEATURE,P25 PHASE 2 TDMA 20 0005 XL-PKG8F FEATURE,256-AES,64-DES ENCRYPTION 20 0006 XL-LLA FEATURE,LINK LAYER AUTHENTICATION 20 0007 XL-PKGPT FEATURE PACKAGE,P25 TRUNKING 20 0008 XL-PKGF1 FEATURE PACKAGE,ALL BANDS,V+U+7/800 20 0009 XL-PA2A BATTERY,LION,3100,HAZLOC RADIO C1D2,UL 20 0010 XL-NC5Z ANTENNA,FLEX,HELICAL,136-870 MHZ 20 0011 XL-AE4B SPEAKER MICROPHONE,EMER BUTTON 20 0012 XL-HC3L BELT CLIP,METAL 20 0013 RP-1 Radio Programming 20 Portable Radio Accessories Requirement CLIN Model Number Description QTY 0014 XL-PA3X BATTERY,LI-ION,3100 MAH,UL 20 0015 XL-CH4X CHARGER,1-BAY 5 0016 XL-CH5A CHARGER,6-BAY 3 Desktop Control Station Requirement CLIN Model Number Description QTY 0017 XM-100F Mobile,XG-100M,136-870MHz,Unencrypted 3 0018 XMPL5K FEATURE,P25 OTAP PROFILE 3 0019 XMPL5L Feature,OTAR 3 0020 XMPL4F Feature,Phase II TDMA 3 0021 XM-PKGPT FEATURE PACKAGE, P25 TRUNKING 3 0022 XMZN8K Desktop Station,CS-7000,Local Control 3 0023 XMCP9H Control Unit,CH721,System,Front Mount 3 0024 XMZN9F Microphone,Desktop 3 0025 DIK-1 Desktop Install Kit 3 0026 DCS-1 DCS Installation 3 6. Description of requirements for items to be acquired. The items are Harris Corporation (Harris) XL-200P Portable Radios, Accessories, and Desktop Control Stations. The Harris products are required for use on an existing Harris P25IP Land Mobile Radio (LMR) system operating from Fort Belvoir VA. 7. Offerors are to propose delivery date(s) in their quote based on their technical submission to provide a time phased plan. The place of delivery and acceptance and FOB point is at Rivanna Station, National Ground Intelligence Center, Nichols Building located at 2055 Boulders Road, Charlottesville, VA 22911. 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. To follow is the addenda to the provision. Provide the following information in quotes: a. A cover letter to provide the following information: Point of Contact, CAGE code, DUNS number, Tax identification number, and a statement that Offeror registration, as small business is current for NAICS code is 334290. b. Technical Evaluation Content: Submit substantiating information that as an Offeror your small business is an authorized dealer of Harris Corporation Products. Provide a time phased plan to describe Offeror's approach to deliver and set up items for operation on the LMR system. Limit submission to no more than 5 pages (front and back) and there are no pages exceptions. c. Cost and Pricing: Price all items as Firm-Fixed-Price (FFP). A proposed FFP is inclusive of all costs to provide an item and setup item to work on the current LMR system. Provide pricing in an unlocked and fully accessible Excel spreadsheet and provide supplement pricing information in a cost narrative. No page limitations on cost information. d. Submit quote content by email attachment to email address ralph.f.kaminski.civ@,mail.mil. 9. The provision at 52.212-2, Evaluation -- Commercial Items is not applicable. The solicitation conforms to FAR Subpart 13.5. To follow are the evaluation procedures to be used to evaluate quotes. a. As prescribed by FAR 13.106-1(a)(2) the basis on which an award will be made is Technical and price. An award will be made to an Offeror with the Lowest Price Technically Acceptable (LPTA) quote. (i). A technical quote is acceptable if the Offeror has substantiated they are an authorized Harris Corp. product dealer. (ii). Price is fair and reasonableness after evaluation as prescribed by FAR 13.106-3. 10. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 11. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. There is not an addenda to the clause. 12. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation 2013-O0019), applies to this acquisition and additional FAR clause 52.222-50 cited in the clause are applicable to the acquisition. 13. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. 14. The Defense Priorities and Allocations System (DPAS) is not applicable. 15. Offers are due on 8 Sep 2017 by noon Eastern Daylight Time by email to email address ralph.f.kaminski.civ@mail.mil. 16. The individual to contact for information regarding the solicitation is Ralph Kaminski at telephone number 434.951.1599.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e3938623d57c7e0c88c881b27444c920)
- Record
- SN04645807-W 20170826/170824232749-e3938623d57c7e0c88c881b27444c920 (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 |