SOLICITATION NOTICE
58 -- JB MDL Handheld Radios
- Notice Date
- 9/26/2024 8:18:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA4484 87 CONS PK JB MDL NJ 08641 USA
- ZIP Code
- 08641
- Solicitation Number
- FA448424Q0025
- Response Due
- 9/27/2024 3:00:00 PM
- Archive Date
- 10/12/2024
- Point of Contact
- Caitlin Rodriguez, Phone: 6097542420, Sarah Brown
- E-Mail Address
-
caitlin.rodriguez.1@us.af.mil, sarah.brown.53@us.af.mil
(caitlin.rodriguez.1@us.af.mil, sarah.brown.53@us.af.mil)
- Description
- JB MDL requires Smart Handheld Radios that meets or exceeds the specs and peripherals of the Persistent Systems Man Portable Unit 5 (MPU5) capabilities that works seamlessly with the Android Team Awareness Kit (ATAK) systems, provides a self-healing mesh voice and data network on the ground and backbone utilizing the multiple-input, multiple output technology aligning with other DoD efforts that allows extended range and increased bandwidth. The smart radio must have Radio over Internet Protocol (RoIP) capability to integrate with legacy radios, have not node limitation with smart routing capability to prevent communications degradation, have ability to communicate BLOS using cloud relay, and offers radio spectrum diversity to allow flexibility. Please see the attached Excel for requirement breakdown. INSTRUCTIONS TO OFFERORS - Addendum to FAR Clause 52.212-1, Instructions to Offerors - Commercial Items The purpose of this solicitation is to fulfill Joint Base McGuire-Dix-Lakehurst need for Handheld Radios. Delivery shall be at the 1907 E. Arnold Ave, Joint Base MDL, New Jersey 08641. This shall be procured using FAR Part 13, Simplified Acquisition Procedures. 1. The Government intends to award a single firm-fixed-price contract with a delivery date of 120 days after award. This requirement will be divided equally and shipped to JB MDL NJ, 08641 and Travis AFB CA, 94535. 2. See Federal Acquisition Regulation (FAR) Clause 52.212-1, ""Instructions to Offerors -- Commercial Items"" for additional information. You must include all Representations and Certifications (including FAR Provision 52.212-3) with your quote or reflect they are completed in SAM. 3. See the Basis for Award for additional information and evaluation criteria. 4. Questions regarding this solicitation shall be submitted via email to the Contract Specialist, at caitlin.rodriguez.1@us.af.mil, and/or the Contracting Officer, CO at sarah.brown.53@us.af.mil 5. All products shall be in accordance with the Statement of Work (SOW). 6. Contractors must have an active registration in System for Award Management (SAM) in order to be eligible to be awarded a Department of Defense (DoD) contract. If you need to register in SAM, please do so using the following link: https://www.sam.gov/sam. 7. Contractor offers shall be submitted via SAM and shall contain the following information: A. Technical: a. Offeror must provide evidence that their equipment and peripheral meets the SOW or exceed the specs of Persistent Systems MPU5 and peripherals. B. Price/Admin: a. Unit and extended pricing for Contract Line Item Number (CLIN). A total price should also be included. Prices shall not extend past the second decimal point for unit and extended amounts. The proposed price shall include all personnel, supplies, services, management, overhead, other directs costs, G&A, and profit to fulfill the contractual requirements of Statement of Work. b. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of 334220. 8. All offers shall remain valid for 60 calendar days. Multiple offers will not be accepted. BASIS FOR AWARD 1. Award shall be made to a single contractor. The basis for award of any contract resulting from this solicitation will be the result of the evaluation of the factors specified utilizing the Lowest Priced Technically Acceptable methodology. The Government intends to award a single Firm Fixed Price (FFP) contract. Failure to do so may be cause for rejection of the entire offer. 2. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The Government reserves the right not to award a purchase order in response to this solicitation. 3. Award will be made to the Lowest Priced Technically Acceptable, responsible offeror that meets the requirements of the SOW and this Request For Quote. I. TECHNICAL a. Acceptable- Based on the Offerors technical submission, the Government has verified and validated the proof that the equipment meets the SOW expectations. Equipment Requirements and peripheral shall meet or exceed the specs of Persistent Systems MPU5 and peripherals: Unacceptable- Based on the Offerors technical submission, the Government has not verified and validated the proof that the equipment meets the SOW expectations. Equipment Requirements and peripheral shall meet or exceed the specs of Persistent Systems MPU5 and peripherals: II. PRICE: a. Proposals shall include prices for each line item listed and should include a total price, in order for proposals to be properly evaluated. b. The Government will evaluate offers for award purposes by adding the total price for all Contract Line Item Numbers (CLIN) for the total evaluated price. In the event there is a difference between a unit price and the total CLIN amount, the unit price will be held as the 204-19e intended price multiplied by the number of units. If the offeror shows only the total amount but fails to submit a unit price, the total CLIN amount divided by the quantity will be held as the intended price. c. Unbalanced pricing exists when, despite an acceptable total evaluated price, one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. 4. The Past Performance Information Retrieval System and Federal Awardee Performance & Integrity Information Systems as well as any other Government-sponsored information available may be utilized to help make a responsibility determination in accordance with FAR Subpart 9.104. 5. The Government will begin the evaluation process with a ranking based on the Total Evaluated Price from the lowest to highest price. Following the price ranking, only the lowest priced offeror(s) will be evaluated for technical acceptability under the non-price factor(s) according to the evaluation criteria set forth in this section. If acceptable, the evaluation will stop at that point and award will be made to the lowest priced technically acceptable offeror. If unacceptable, the Government will continue to review proposals in order of price until evaluating one that is technically acceptable and eligible for award. The Government reserves the right to conduct additional technical evaluations as deemed necessary. 6. Failure to provide the requested information may deem the proposal Unacceptable and may not be eligible for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb9688779647430fb7f5604ad216ad0c/view)
- Place of Performance
- Address: Joint Base MDL, NJ 08641, USA
- Zip Code: 08641
- Country: USA
- Zip Code: 08641
- Record
- SN07226484-F 20240928/240926230120 (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 |