SOLICITATION NOTICE
D -- VA POLICE PORTABLE RADIOS
- Notice Date
- 9/28/2022 1:25:57 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1750
- Response Due
- 10/7/2022 11:00:00 AM
- Archive Date
- 11/06/2022
- Point of Contact
- David Odne, Contract Specialist, Phone: (562) 766-2328
- E-Mail Address
-
david.odne@va.gov
(david.odne@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. 1.A. Project Title: Purchase of Handheld Radios 1.B. Project Location: VA Long Beach Healthcare System Located at 5901 East 7th St. Long Beach, CA 90822 1.C. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26222Q1750 1.D. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.E. Applicable NAICS code: 334290 1.F. Small Business Size Standard: 750 Employees 1.G. Type of Contract: Firm Fixed Price 1.H. Delivery required as soon as possible 2. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 and 852.219-78 VA Notice of Limitations on Subcontracting via email no later than 11:00 AM 10/07/2022 to David Odne; david.odne@va.gov. Ensure the following are completed and/or included in the offer packet: 2.A. Vendor Information 2.B. Acknowledgement of amendments 2.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 2.D. Schedule of services 2.E. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 2.F. 852.219-78 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products 3. Scope: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the vendor. 3.1. VA Long Beach is seeking to purchase 15 Motorola APX 8000 handled radios and 5 Motorola APX 8500 mobile radios or similar items. 3.2 The equipment with the salient characteristics listed below. Items: 15 APX 8000 Motorola handheld radio 5 APX 8500 Motorola mobile radios APX 8000 and APX 8500 Radio Requirements: 1. Must have multiple channels for multiple radio frequencies to be programmed into the radio, to include the scan function. 2. The contracted company must program our current radios to work with our current radio system. 3. The contracted company must encrypt the radios to work with our current radio system. 4. The contracted company needs to install the mobile radios in our patrol vehicles. 5. Must have the emergency button activation function installed on both the APX8000 and APX 8500 radios. 6. The radio has AES FIPS 140-2 Level 3 Encryption and/or WIFI with Smart Connect, then no one else can compete. 7. Must allow VA police to interoperate with local county police, fire, and EMS. AES encryption is used by most local county police, fire, and EMS. Only Motorola s AES encryption is FIPS 140-2 Level 3 security certified. Level 3 security provides additional physical tamper-proofing on top of the requirements for FIPS Level 1 and Level 2. If physically tampered with, encryption keys are automatically wiped from the radio. This ensures that any radios that are lost or compromised are fully tamper protected from having encryption keys stolen. This allows the most secure communication and protection. 8. Also only Motorola has Adaptive Dual Mic Noise Suppression Technology that allows for mission critical audio transmission regardless of the radio s orientation. This means a user could speak into either the front, back, top, bottom or either side of the radio and it would instantly find the voice and cancel out the ambient noise allowing clear and crisp transmissions in noisy environments. Purchasing other brand radios could result in the loss of interoperability with local agencies, the increase in risk of encryption key vulnerabilities, and the potential decrease in clear transmissions thus threatening the safety of VA police, facility staff and patients. 4. Place of Performance: VA Long Beach Healthcare System Located at 5901 East 7th St. Long Beach, CA 90822 5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 Effective January 30, 2022. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 5.a. FAR 52.212-1, Instructions to Offerors Commercial Items 5.b. FAR 52.212-2, Evaluation Commercial Items 5.c. FAR 52.212-4, Contract Terms and Conditions Commercial Items 5.d. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 5.e. FAR 52.217-6 Option for Increased Quantity 5.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 5.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 5.h. FAR 52.252-2, Clauses Incorporated by Reference 5.i. VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items 6. Contractor is to order and store at contractor s expense any long lead delivery items that can delay or impede the completion of this work. 6.a Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee. 6.b. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th 6.c. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. 6.d. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. 6.e. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at all VA facilities. 6.f. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. 6.g All shipping costs will be included in the cost of the contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/89a0698221d64b62a3c1d62493ccbe12/view)
- Place of Performance
- Address: VA Long Beach Healthcare System 5901 East 7th St, Long Beach 90822
- Zip Code: 90822
- Record
- SN06481265-F 20220930/220928230121 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |