Combine Solicitation – REPEATER SERVICE
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: REPEATER SERVICE
Classification Code: 20 - Ship and marine equipment
Solicitation Number: N32205-14-T-2266
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance Country: AE
Description:
Military Sealift Command
MSC
Military Sealift Command Combined Synopsis and Solicitation Notice Information 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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.
2. Solicitation number is N32205-14-T-2266 and is being issued as a Request for Quotes (RFQ).
3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74, Effective
4. The associated NAICS code is 811219 and this procurement is being set-aside for small businesses. The small business size standard is
5. Military Sealift Command (MSC),
1.0 ABSTRACT 1.1 Install (3) three Motorola XPR-8400 Repeaters and associated equipment.
2.0 REFERENCES
2.1 Motorola XPR-8400 Operator's/Technical Manual.
2.2 Motorola MOTOTRBO Repeater Installation Guide XPR 8300/XPR 8380/XPR 8400 Repeater.
3.0 ITEM LOCATION/DESCRIPTION
3.1.1 Location/Quantity: 1-52-2-
3.1.2 Quantity: ITEM DESCRIPTION PART NO. QTY U/I MOTOROLA XPR 8400 REPEATER XPR 8400 03 EA HARDWARE VARIOUS 01 LT N-TYPE CONNECTORS 12 EA RF CABLE RG-400 60 FT COMBINER RE-UTILIZED 2 EA SPLITTER RE-UTILIZED 2 EA
4.0 GOVERNMNET FURNISHED EQUIPMENT / MATERIAL /SERVICES: None
5.0 NOTES
5.1 The government shall provide all services needed to insure compartments are certified by a marine chemist as "safe for men and safe for hot work, including removal and reinstallation of insulation or other appurtenances.
5.2 The ship's crew shall provide all common tools that are normally found in a machine shop onboard a vessel. The contractor shall provide any special tools, computers or connectors that may be needed.
5.3 The government shall provide as much skilled labor as needed to assist the contractor in modifying the repeater system and equipment racks. 5.4 THE USS PONCE ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM.
6.0 QUALITY ASSURANCE REQUIREMENTS
6.1 None additional
7.0 STATEMENT OF WORK REQUIRED
7.1 ELECTRONIC
7.1.1 Remove existing equipment in Hydra Rack and relocate to allow for contractor installation of XPR Repeaters and associated equipment. Unused equipage from Hydra Rack shall be stored onboard with an inventory list provided to MSCREP for follow on disposition.
7.1.2 Install MOTOTRBO Rack mounted repeaters, splitters/combiners furnished with interconnecting cables and 100 Watt power supply. Use existing SRC-55 enclosure. Assemble, test, and program repeaters to specified frequency (403-470 MHz). 7.1.3 Verify software version and configurations.
7.1.4 Test VSWR at each repeater. Test receiver sensitivity from the antenna port. Test VSWR at the antenna and overall operational range of newly installed repeaters as well as existing repeater.
7.1.5 Test System power supply for proper voltage, switching, and charging. Inspect and test batteries for indications consistent with MFR recommendations.
7.1.6 Perform all communications checks and system checks/alignments on ALL UHF channels throughout various shipboard locations, in accordance with reference 2.1.
7.2 DRAWINGS: 7.2.1 The Contractor shall develop and submit to the Port Engineer "as found, followed by final "as-built" drawings shall be submitted to the Port Engineer on CD in AutoCAD format, and 3 (two) paper copies. Provide 1 (one) paper copy to the MSC onsite Rep, and 1 (one) paper copy to the Ship's Commanding Officer or his designated representative.
7.2.2 The Contractor shall prepare a binder with a complete list of final materials. The Contractor shall develop a spare parts list. Submit deliverables to the MSCREP.
7.2.3 Delivery of final system As-Built/Install Dwgs: NLT
7.3 PAINTING: None additional 7.4 INSPECTION/TESTS
7.4.1 The MFR REP shall perform a system operational test of all the Motorola XPR 8400 Repeaters in the presence of the MSFSC REP in accordance with reference 2.1. Coordinate all tests with the ship's CO/Master/CHENG or Designated Representative. Assist Ship's representative in programming any existing Motorola handheld radios for use with this installation.
7.4.2 Verify operation and signal strength of all radios throughout various locations of the vessel.
7.4.3 Submit a final comprehensive test report to the MSFSC REP detailing any system deficiencies, general observations, recommendations, alignments, adjustments, setting changes, power-up test, battery test, software version installed, and/or any system configurations changes.
8.0 MANUFACTURER REPRESENTATIVE: 8.1.1 The contractor shall engage the services of an authorized MFR. REP or qualified Technical Representative to perform system removal, installation, all testing, alignments training and demonstration of new Motorola Repeater equipment.
6. Material list: See Parts List
Wage Determination: N/A
7. The period of performance is
8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is amended as follows:
52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS
a. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
b. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order.
c. The following paragraphs in FAR 52.212-1 shall not apply to this RFQ: a, b, c, f (except f(4)), and l.
d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.
e. SUBMISSION PACKAGE 1. The quote shall contain the following: a. Price quote which identifies the requested item(s), unit price, and extended price. b. Firm-fixed-Price total c. Remittance address, Tax identification Number, DUNS number and Cage Code 2. A completed copy of the representations and certifications at DFARS 252.212-7000 Representations and Certifications. 3. Page Limitations for quotes are as follows: a. The quote, including the price, Technical Approach, but not including resumes, title page, table of contents, cover letter, completed representations and certifications, past performance information and exceptions to the RFQ, shall not exceed 10 pages in length.
b. Pages beyond limits stated will not be evaluated.
9. Basis for the award: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined synopsis/solicitation, offers the lowest evaluated price.
10. All quoters must include a completed copy of FAR 52.212-3, Offeror Representative and Certifications. -Commercial Items with its offer.
11. The Clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition.
12. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating.
13. Response to this solicitation is due,
14. The clause at FAR 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 contained within FAR 52.212-5 are applicable to this acquisition: (a) The Contractor shall comply with FAR causes in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items.
52.204-7 System for Award Management (
252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014 - OO0009) (
(a) In accordance with section 101(a) of Division A of the Continuing Appropriations Resolution, 2014 (Pub. L. 113-46) none of the funds made available by that Act for DoD (including
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
52.252-1
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://farsite.hill.af.mil/vffara.htmhttp://farsite.hill.af.mil/vfdfara.htm
52.252-2
This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htmhttp://farsite.hill.af.mil/vfdfara.htm
52.252-5 Authorized Deviations in Provisions
(a) The use in this solicitation of any Federal Acquisition Regulation (48
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48
52.204-13 System for Award Management Maintenance (
(a) Definition. As used in this clause-
"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by
"Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern.
"Registered in the System for Award Management (SAM) database" means that-
(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the SAM database;
(2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of contact sections of the registration in the SAM database;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the
(4) The Government has marked the record "Active".
"System for Award Management (SAM)" means the primary Government repository for prospective Federal awardee and Federal awardee information and the centralized Government system for certain contracting, grants, and other assistance-related processes. It includes-
(1) Data collected from prospective Federal awardees required for the conduct of business with the Government;
(2) Prospective contractor-submitted annual representations and certifications in accordance with FAR subpart 4.12; and
(3) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits.
(b) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(c) (1) (i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to-
(A) Change the name in the SAM database;
(B) Comply with the requirements of subpart 42.12 of the FAR; and
(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support he legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the EFT clause of this contract.
(3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-
(i) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within
(ii) If located outside
(d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov.
252.204-7004 Alternate A, System for Award Management (
As prescribed in 204.1105, substitute the following paragraph (a) for paragraph (a) of the provision at FAR 52.204-7: (a) Definitions. As used in this clause-
"System for Award Management (SAM) database" means the primary Government repository for contractor information required for the conduct of business with the Government.
"Commercial and Government Entity (CAGE) code" means-
(1) A code assigned by the
(2) A code assigned by a member of the
"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by
"Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR 32.11) for the same parent concern.
"Registered in the System for Award Management (SAM) database" means that-
(1) The contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, and Contractor and Government Entity (CAGE) code into the SAM database; and
(2) The contractor has completed the Core Data, Assertions, Representations and Certifications, and Points of contact sections of the registration in the SAM database;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the
(4) The Government has marked the record "Active."
252.232-2010 Levies on Contract Payments (
(a) 26 U.S.C. 6331(h) authorizes the
(b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-
(1) The total dollar amount of the levy;
(2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and
(3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation.
(c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-
(1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and
(2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or
(ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the
(d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act.
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official N32205 Issue By Admin Inspect By Ship To Code N62387 Ship From Code Mark For Code Service Approver Service Acceptor Accept at Other LPO DCAA Auditor Other (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. NOT APPLICABLE (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. [email protected] (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (
The information contained in this instruction is supplemental to DFARS 252.232-7006.
The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract.
When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank."
In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s).
If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface.
The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including
Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the
BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price.
SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions.
Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required:
1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided)
All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "
EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (
Base/Repair Facility Access: Permit is required to access
RAPIDGate(R) is being implemented for access to DoD facilities in CONUS, HI,
Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form".
Vehicle Access: Required for vehicle access to
Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
MSC Terms and Conditions "Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation." 15. For additional information regarding this solicitation contact
Military Sealift Command Norfolk 471 C Street,
Link/URL: https://www.fbo.gov/notices/c3fd91f3c07634c6b351c918c642c154
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 5213 |
Combine Solicitation – GA Drying Systems
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News