SOLICITATION NOTICE
J -- FA8102-23-R-2002 Repair of CM-350 V2, Remote Control Unit & URC-300 Radios
- Notice Date
- 4/11/2023 8:14:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- FA8102 AFLCMC HBK TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FA8102-23-R-2002
- Response Due
- 4/28/2023 2:30:00 PM
- Archive Date
- 05/13/2023
- Point of Contact
- Amanda Jones, Phone: 7143437808, Anjie Foster
- E-Mail Address
-
amanda.jones.39@us.af.mil, anjie.foster@us.af.mil
(amanda.jones.39@us.af.mil, anjie.foster@us.af.mil)
- Description
- UPDATE 11 Apr 23 DUE DATE CHANGED TO 28 Apr 23 ADDED Q&A BELOW 1.�Please advise if this repair contract will be administered by DCMA and if the Government intends to conduct source inspections.� If so, please advise what the source inspection will consist of.� Note that Schedule B states that inspection is at Origin by the Quality Assurance states Commercial Item Inspection.� Does commercial item inspection mean kind, count and condition? USAF-�The USG is open to using commercial inspection process instead of DCMA (source inspection). If you would like us to change that to Destination Inspection & Acceptance, please provide that back in your proposal as a ground rule and assumption and/or track change to the RFP. 2. There is no CLIN provided for the Beyond Economical Repair (BER), however, it may be necessary for the inspection and testing of radios that are determined to be BER.�� USAF- Please provide this recommendation and pricing back. I would also like to see PWS language that would support this CLIN and the deliverable/ CDRL that would be proposed to support it as applicable. 3.�The PWS states that each �end item identified as serviceable shall be delivered to the Government defect free�.� Are cosmetic defects part of the repair? USAF-� Please add this as a ground rule & assumption to your proposal to address this. If you thinking defining language would be appropriate in the PWS, please make the track change for our team to review and negotiate with you. 4. Will warranty be required on returned equipment for the defect repaired? USAF- Yes, please add defining language to the PWS as needed or applicable and note it in your Ground Rules and assumptions in your proposal 5.��Is FAR 52.222-41, Service Contract Labor Standards applicable? USAF- FAR 37.101 Service contract means a contract that directly engages the time and effort of a contractor whose primary purpose is to perform an identifiable task rather than to furnish an end item of supply. A service contract may be either a nonpersonal or personal contract. It can also cover services performed by either professional or nonprofessional personnel whether on an individual or organizational basis. Some of the areas in which service contracts are found include the following: (1) Maintenance, overhaul, repair, servicing, rehabilitation, salvage, modernization, or modification of supplies, systems, or equipment. This is a service contract IAW FAR definition of service and FAR 52.222-41 will be included IAW 22.1006. There are some exceptions listed and if you believe one of the applicable exceptions applies, please provide the required detailed using the language and justification from FAR 22.1006. The Contracting Officer will have to make a formal determination to apply the exception and at this point The Contracting Officer does believe an exception applies and the clause will be included in the final contract so it should be priced accordingly. ____________________________________________ COMBINED SYNOPSIS / SOLICITATION This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) the format in 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. Due to proprietary hardware and software data rights, this award is anticipated to be restricted in accordance with FAR 13.501. The Sole Source is General Dynamics Missions Systems (CAGE: 1VPW8). All responsible sources may submit a capability statement and proposal which will be reviewed and considered by the agency prior to award. The resulting award will be a Firm-Fixed-Price IDIQ award in response to solicitation number FA8102-23-R-2002 that is issued as a request for proposal (RFP). The anticipated award date is May 2023. The IDIQ ceiling will be $240,000.00. This IDIQ will be 1 year basic with 2 option years. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-01, dated 30 Dec 2022, Defense Federal Acquisition Regulation Supplement (DFARS), dated 31 Jan 2023, Air Force Federal Acquisition Regulation Supplement (AFAC), dated 20 Dec 2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210: Electronic and Precision Equipment Repair and Maintenance with a business size standard of $34,000,000. The Product Service Cost/Federal Supply Code is J059. The Air Traffic Control and Landing Systems (ATCALS) Program Office is currently fielding General Dynamics Mission Systems radios in support of an ATC radio modernization effort.� Interim repair of failed radios is required until a permanent repair capability can be established.� The work encompasses the inspection and repair actions required to return the items to a serviceable condition.� The contractor is responsible for having the capabilities to include appropriate proprietary hardware and software data rights required to accomplish this repair.� Proposed ICS Repair CLINs: Base Year: CLIN 0001 ICE Repair VDX Transceiver�� BEQ: 10 EA (Firm Fixed Price) CLIN 0002 ICS Repair UDX Transceiver�� BEQ: 20 EA (Firm Fixed Price) CLIN 0003 ICS Repair UHF HP Transmitter BEQ: 5 EA (Firm Fixed Price) CLIN 0004 ICS Repair Remote Control Unit BEQ: 10 EA (Firm Fixed Price) CLIN 0005 ICS Repair URC-300 BEQ: 5 EA (Firm Fixed Price) CLIN 0006 Data (Not Separately Priced) Option Year 1 (To Be Negotiated Prior to Exercise of Option 1): CLIN 1001 ICE Repair VDX Transceiver�� BEQ: 10 EA (To Be Negotiated) CLIN 1002 ICS Repair UDX Transceiver�� BEQ: 20 EA (To Be Negotiated) CLIN 1003 ICS Repair UHF HP Transmitter BEQ: 5 EA (To Be Negotiated) CLIN 1004 ICS Repair Remote Control Unit BEQ: 10 EA (To Be Negotiated) CLIN 1005 ICS Repair URC-300 BEQ: 5 EA (To Be Negotiated) CLIN 1006 Data (Not Separately Priced) Option Year 2 (To Be Negotiated Prior to Exercise of Option 2): CLIN 2001 ICE Repair VDX Transceiver�� BEQ: 10 EA (To Be Negotiated) CLIN 2002 ICS Repair UDX Transceiver�� BEQ: 20 EA (To Be Negotiated) CLIN 2003 ICS Repair UHF HP Transmitter BEQ: 5 EA (To Be Negotiated) CLIN 2004 ICS Repair Remote Control Unit BEQ: 10 EA (To Be Negotiated) CLIN 2005 ICS Repair URC-300 BEQ: 5 EA (To Be Negotiated) CLIN 2006 Data (Not Separately Priced) FOB Destination and repaired radios shall be returned to the Government 45 days After Receipt at Contractor�s Facility. Return Address: AFLCMC/HBAAA 3580 D Ave, Bldg 201W, Rm74 Tinker AFB OK 73145 The provision at 52.212-1, Instructions to Offerors-Commercial, and/or any addenda to the clause applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause 52.232-18 Avialability of Funds applies to this acquisition. 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. Please see the attached RFP FA8102-23-R-2002 for additional details and requirements. This is a rated order under DPAS (15 CFR 350) Rating: DO: A7 The Contracting Officer may publish notice of solicitation cancellations or amendment (or indefinite suspensions) of proposed contract actions at any time. Proposal is due 1630 C.S.T. 14 April 2023 delivered via email to ashley.brink@us.af.mil with the subject heading FA8102-22-R-2002 ICS Repair of CM-350 V2 & URC-300 Radios. For more information regarding the solicitation, you may contact the contract issuing office via email at ashley.brink@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3bd60431bd3946e4a8bc7aaa9db08948/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06646602-F 20230413/230411230106 (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 |