Federal Bid

Last Updated on 12 Nov 2011 at 9 AM
Combined Synopsis/Solicitation
Harrison township Michigan

36--Motorola MCC5500 plus

Solicitation ID W912JB11T4054
Posted Date 06 Sep 2011 at 7 PM
Archive Date 12 Nov 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nf Uspfo Activity Miang 127
Agency Department Of Defense
Location Harrison township Michigan United states 48045
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.

(II) Solicitation W912JB-11-T-4054 is being issued as a Request for Quotation (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-53. (IV) This acquisition is 100% set aside for a small business concerns. The associated NAICS code for this acquisition is 334220, standard industrial classification 3663, small business size 750 employees. (V) This is a FIRM FIXED PRICE contract for Motorola MCC5500 plus accessories. (VI) CLIN, QUANTITY, DESCRIPTION/PART NUMBER:
0001 1 EA: Console electronic shelf pn: L3358
0002 1EA: DAP II for analog, SB9600 Astro INTE PN: L3550
0003 1EA: 2 Analog channels with license PN: TT05247AA
0004 2 EA: Digital channels with license PN: TT05249AA
0005 4 EA: T3 Cable 2' PN: DDN6918
0006 1 EA: T3 cable 5' PN:DDN6919
0007 1 EA: MCC series I/0 shelf w/controller PN:L3468
0008 1 EA: MCC 5500 Operator position PN: L3359
0009 1 EA: CES/CAB Plenum cable 200' PN:DDN1056
0010 6 EA: Consolette W9 direct connect cable PN: DDN8351
0011 1 EA: MCCSeries desktop gooseneck microphone PN:B1914
0012 2 EA: MCC series headset jack PN: B1913
0013 2 EA: Protection module for MCC 7500 oper PN:DSVPR3MCC
0014 1 EA: Foot, switch traditional PN:BLN6732
0015 4 EA: MCC series desktop speaker PN:B1912
0016 1 EA: Z400 Low tier workstation with vist PN:TT2289
0017 1 EA: Lual IRR card & PC speaker PN: ZA00268AB
0018 1 EA: SW Based sual IRR USB HASP with License PN:DDN9617
0019 1 EA: IA Full hardened CD PN:TT2145
0020 1 EA: CSDM program PN: DDN6916
0021 1 EA: CSDM computer cable (DB09) 25 feet PN: DDN6924
0022 1 EA: Punch block PN: BLN6884
0023 1 EA: 50 Way cable, 180 deg Male- 90 deg PN: DDN9996
0024 1 EA: 19"LCD black with touch 1928L PN: DSE686772
0025 6 EA: Consolette W9 Direct connect cable PN: DDN8351
0026 1 EA: Subscriber Install- SVCR Location PN:SVC03SVC0123D

(VII) FOB point is Destination. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) The Government intends to award a contract without discussions with respective Offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. A copy has been posted at www.fbo.gov. (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. (XII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) All responsible sources may submit a response which, if timely received, must be considered by the agency.
The following provisions are incorporated by reference: 52.214-31, Facsimile Bids; 52.219-1ALT I, Small Business Program Representations; 52.225-2, Buy American Act Certificate; 52.232-18, Availability of Funds; 252.225-7000, Buy American Act - Balance of Payments Program Certificate. The following clauses are incorporated by reference: 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18, Texting While Driving On Base; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B./ Destination; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations In Clauses; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 (DEV), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; 252.225-7001, Buy American Act - Balance of Payments Program Certificate; 252.232-7010, Levies on Contract Payments. (XIV) N/A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: www.fbo.gov. Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below 3 business days prior to solicitation close date. All answers (on a non-attribution basis) will be posted on the web site. They will be titled "Questions and Answers". It is each contractor's responsibility to check back for Questions and Answers as well as potential amendments. Terms of the solicitation remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Awardee must invoice through Wide Area Work Flow (WAWF), an online invoicing system https://wawf.eb.mil/ after government receipt and acceptance of all items. This request is solicited as advertise only. Funds are not presently available for this requirement. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. To be considered, quotes must be valid through 30 September 2011.

Offerors MUST provide: (1) pricing, (2) warranty (3) delivery terms, and (4) Representations and Certifications (Reps and Certs). The quote with Reps and Certs is due to 127 MSC Contracting Division, ATTN: Debra Light, 43200 Maple Street, Bldg. 105, Selfridge ANG Base, Michigan 48045, no later than 2:00 P.M., Tuesday, 13 September 2011. Facsimile quotes are accepted at (586) 239-4300 ATTN: Debra Light. E-mail quotes are preferred at [email protected] and also to [email protected]. You will receive an email response confirming receipt of your offer by a government official. If you do not receive confirmation you may confirm receipt of your quote by calling Debra Light. (XVI) Point of Contact for this solicitation is Debra Light at (586) 239-5989.
Bid Protests Not Available