Federal Bid

Last Updated on 01 Jan 2013 at 11 AM
Combined Synopsis/Solicitation
Location Unknown

Motorola XTS 1500 LMR

Solicitation ID SP3300-12-Q-0107
Posted Date 05 Sep 2012 at 3 PM
Archive Date 01 Jan 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Distribution
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Acquisitions of Commercial Items and FAR 13 - Simplified Acquisition Procedures 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.

Solicitation SP3300-12-Q-0107 is being issued as a Request For Quote (RFQ).

This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-60 effective 27 August 2012, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120829 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-48. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil.

This acquisition is unrestricted to business size. For informational purposes only, the associated North American Industry Classification System (NAICS) code is 334220 with a small business size standard of 750 employees.

This is a brand name acquisition for Motorola Solutions, Inc. XTS 1500 radios and associated accessories. Only brand Motorola XTS 1500 will meet the agency's needs.

Brand name justification:
DLA Distribution Acquisitions (J7), 2001 Mission Drive, New Cumberland PA 17070 has a requirement from DLA Information Operations New Cumberland to procure 28 Motorola Solutions, Inc. (Motorola) brand XTS1500 Land Mobile Radios (LMR) with associated accessories for the Logistics Distribution Center Europe which is part of the DLA Distribution Europe located in Germersheim, Germany.

The acquisition is being restricted to brand name Motorola in accordance with FAR 13.106-1(b)(1)(i), only one brand will meet the agency's requirements.
DLA Distribution Deutschland Europe (DDDE), which includes the Logistics Distribution Center Europe, relies on the Motorola Trunk System that is maintained by the ARMY 5th and 43rd Signal Commands. DDDE receives operational support from the ARMY for the Motorola radios currently in place. If DLA utilizes any other LMR brand other than Motorola, DLA Distribution will need to establish its own LMR office duplicating the efforts of the ARMY to support another brand LMR system. The cost of establishing a LMR office would outweigh any cost potential cost savings from procuring another brand. Also, DLA Distribution would have two LMR platforms that require their own proprietary equipment, programming languages, and support that will make it difficult to coordinate any system changes or handling emergency through over-the-air programming.

In order for DLA Distribution to maximize resources and reduce costs, DLA Distribution requires Motorola LMR equipment for DDDE which includes Logistics Distribution Europe to ensure the radios are interchangeable and to maintain daily operational support from the ARMY.

As a result of the above, it is hereby determined that it is in the Government's best interest to conduct this acquisition on a sole source basis, limiting sources based on the use of a brand name specification.

CLINs:
Description:
Brand Name Motorola H66KDC9PW5BN

XTS 1500 VHF Model I 136-174 MHZ 1-5W 48 CH

CLIN 0001:
H66KDC9PW5BN

Quantity: 28 EA at Unit Price: $________; Extended Price $____________

 

Description:
Brand Name Motorola Q811

ENH: Software P25 Conventional

Sub Component of CLIN 0001

CLIN 0002:
Q811

Quantity: 28 EA at Unit Price: $_________; Extended Price $______________

 

Description:
Brand Name Motorola Q393

Alt: XTS2500 IP67 SLIM LIION 2100

Sub Component of CLIN 0001

CLIN 0003:
Q393

Quantity: 28 EA at Unit Price: $________; Extended Price $_____________

 


Description:
Brand Name Motorola H886AQ

ENH: 3 Year Repair Service Advantage

Sub Component of CLIN 0001

CLIN 0004:
H886AQ

Quantity: 28 EA at Unit Price: $________; Extended Price $____________

 

Description:
Brand Name Motorola NNTN7554

XTS2500 IP67 SLIM LIION 2100

Sub Component of CLIN 0001

CLIN 0005:
NNTN7554

Quantity: 28 EA at Unit Price: $________; Extended Price $____________

 

Description:
Brand Name Motorola WPLN4109 R

Impress Multi Unit Charger - 230V Euro Plug

CLIN 0006:
WPLN4109 R

Quantity: 3 EA at Unit Price: $________; Extended Price $____________


Total price of all CLINs $_____________


Delivery Information:

See addendum to FAR 52.212-4 for shipping instructions for DLA Distribution Europe located in Germersheim, Germany.

 


Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449.

The preferred method of payment for this acquisition is through the Government Purchase Card (GPC), but is not required to be eligible for award. If a GPC is an acceptable method of payment without charging the Government additional fees or service charges, then the offeror shall state on their quote that "The GPC is acceptable without charging the Government additional fees or service charges". Otherwise the method of payment will be through Defense Finance and Accounting Service (DFAS).

The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/.

FAR 52.212-1, Instructions to Offers-Commercial Items, applies to this acquisition.
Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards.

Provisions Incorporated by Reference
FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations-Representation

FAR 52.222-18 -- Certification Regarding Knowledge of Child Labor for Listed End Products

FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7011 Alternative Line Item Structure

DFARS 252.225-7031 Secondary Arab Boycott of Israel

DFARS 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments Program Certificate, Alternate I

(a) Definitions. "Canadian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American-Free Trade Agreements-Balance of Payments Program clause of this solicitation.

(b) Evaluation. The Government-

(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and

(2) For line items subject to Free Trade Agreements, will evaluate offers of qualifying country end products or Free Trade Agreement country end products other than Canadian end products without regard to the restrictions of the Buy American or the Balance of Payments Program.

(c) Certifications and identification of country of origin.

(1) For all line items subject to the Buy American-Free Trade Agreements-Balance of Payments Program clause of this solicitation, the offeror certifies that-

(i) Each end product, except the end products listed in paragraph (c)(2) of this provision, is a domestic end product; and

(ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country.

(2) The offeror shall identify all end products that are not domestic end products.

(i) The offeror certifies that the following supplies are qualifying country (except Canadian) end products:

(Line Item Number) (Country of Origin)

(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products other than Canadian end products:

(Line Item Number) (Country of Origin)

(iii) The following supplies are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product":

(Line Item Number) (Country of Origin (If known))

(End of provision)


DLAD 52.233-9000 AGENCY PROTESTS

Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer.

(End of Provision)

DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR)

(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.

(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate.

(c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer.
(End of Provision)


NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. The System for Award Management (SAM) replaces CCR. Registration may be done on line at: www.acquisition.gov or www.sam.gov.


OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.

Only authorized Motorola distributors and resellers may quote.

Quotations may be submitted in contractor format and shall include:
(1) Company name, address, telephone number, e-mail address, and FAX number
(2) Solicitation number
(3) Pricing on all CLINs
(4) Self Certification that the offeror is an authorized Motorola reseller or distributor.
(5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code
(6) Signed acknowledgements of amendments (applicable only if any amendments are
issued against this solicitation)

Evaluation:
The Government will issue one award on an all or none basis to the lowest priced offeror.

Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items or may indicate completion of the representations and certifications on the internet at www.sam.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award.

FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

Addenda to FAR 52.212-4:

SHIPPING INSTRUCTIONS FOR SB3551 DDDE (EUROPE)

SMALL TO MEDIUM PACKAGES:

The preferred method of shipping packages is Priority Mail with return receipt via APO/FPO if the shipment meets U. S. Postal Requirements. General guidelines for APO addresses are: Packages 1) may not exceed 70 lbs. 2) may not exceed 130 inches in combined length and girth. 3) must be sent via the U. S. Postal System. 4) Outside markings must include contract number and statement "CONTENTS FOR OFFICIAL USE - EXEMPT FROM CUSTOMS REQUIREMENTS". Include copy of contract/purchase order on outside of package.

Specific instructions and rates for shipments to APO/FPO addresses can be found at the Post Office website at http://postcalc.usps.gov/. (Shipment to an APO/FPO address is a domestic shipment.)

MAILING ADDRESS:

SB3551
DEFENSE DISTRIBUTION CENTER EUROPE
BUILDING 7985 (SB3551)
76726 GERMERSHEIM, GERMANY
APO AE 09095-0700
EUROPE

LARGER SHIPMENTS:

Freight address for shipments over 70 pounds or 130 inches combined length and girth is:

CONSOL AND CONTAINERIZATION POINT
DDSP BLDG 2001 CCP DOOR 135 THRU 168
MARK FOR SB3551
NEW CUMBERLAND PA 17070-5001

Appointments are required for transshipments. The phone number to schedule DDSP CCP deliveries is (717) 770-6969.

The outside packaging must include the Transportation Control Number (TCN), contract number and a copy of this order.

TRUCKLOAD SHIPMENTS:

If a shipment exceeds any of these dimensions: 85" high, 85" wide or 228" long or is likely to fill more than half of a 40 foot Seavan , the shipment may be routed directly to a freight forwarder rather than the Consolidation and Containerization Point. Call the Point of Contact on this order for further information.

Without proper markings shipments and payments will be delayed and may be lost.


ACCESSIBILITY OF E&IT PRODUCTS TO PEOPLE WITH DISABILITIES (SECTION 508 OF THE REHABILITATION ACT)

Unless otherwise specified, all products (supplies or services) furnished under this contract shall comply with the applicable Electronic and Information Technology (E&IT) Accessibility Standards at 36 CFR part 1194.

 

MARK CONTRACT NUMBER ON ALL CORRESPONDENCE

Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense.


INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD

This contract/order will be paid by Government purchase card.

Invoices for supply/services contracts shall be submitted at time goods are shipped or after services performed.

Invoices shall be submitted to:
DLA Distribution
2001 Mission Dr, J-Ave, Bldg 404
Attn: Alan Noble (J7-AB)
New Cumberland, PA 17070

At a minimum, each invoice shall include the following information:
- Contractor name, address, and CAGE code
- Invoice date and invoice number
- Contract number/order number
- Contract Line Item Numbers (CLINs)
- CLIN description, quantity, unit of measure, unit price and extended total prices
- Additional information required by the Prompt Payment Act at FAR 52.232-25

Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by".


INSTRUCTION FOR PAYMENT BY DFAS

This contract/order will be paid by DFAS.

Invoices for supply contracts shall be submitted at time goods are shipped.

Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order.

At a minimum, each invoice shall include the following information:
- Contractor name, address, and CAGE code
- Invoice date and invoice number
- Contract number/order number
- Contract Line Item Numbers (CLINs) with corresponding BOSS document numbers
- CLIN description, quantity, unit of measure, unit price and extended total prices
- Additional information required by the Prompt Payment Act at FAR 52.232-25

Invoices shall be emailed, faxed mailed to the Contract Specialist:
Contract Specialist: Alan M. Noble
E-Mail: [email protected]
Fax: 717-770-7591
Address:
DLA Distribution
2001 Mission Drive
J-Ave, Building 404
Attn: Alan Noble
New Cumberland, PA 17070
In accordance with the Prompt Payment Act (FAR 52.232-25), payment will normally be made within thirty (30) days after receipt of proper invoice or acceptance of supplies/services, whichever is later. All inquiries regarding payments shall be directed to:
Defense Finance and Accounting Services
BSM
P.O. Box 369016
Columbus, OH 43236-9031
email: [email protected]
Phone: 800-756-4571 - select option 2 and then option 2.

Check payment status on the web at www.dod.mil/dfas under "Money Matters."


SUBMISSION OF SERVICE/DELIVERY SLIPS

Service verification slips must be delivered to the Technical POC/Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment.


FAR 52.204-7 -- Central Contractor Registration

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of
Executive Orders-Commercial Items in paragraph (b) the following clauses apply:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-28, Post Award Small Business Program Rerepresentation
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
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
52.232-36, Payment by Third Party
52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels

DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program, Alternate I
252.247-7023, Transportation of Supplies by Sea, Alternate III
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 Control of Government Personnel Work Product

DFARS 252.204-7004 Alternate A, Central Contractor Registration

DFARS 252.204-7008 Export-Controlled Items

DFARS 252.232-7010 Levies on Contract Payments

DLAD 52.204-9002 Solicitation Provisions and Contract Clauses Statement
DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007)
(a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract.
(b) Definition.
Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD).
(c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo.
(1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/).
(2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp.
(d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government.
(End of Clause)

All questions and inquiries should be addressed via email to [email protected], Request for Quote Number SP3300-12-Q-0107. Pricing and representations/certifications are required NLT 3:00 PM EST ON 14 SEPTEMBER 2012. This information should be submitted to above email address or faxed to 717-770-5689. ALL SOURCES MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE, www.sam.gov, or an award cannot be processed.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 21 Sep 2007 at 4 AM
Location Unknown 19 Jan 2007 at 5 AM
Location Unknown 30 Jul 2012 at 7 PM
Agency Iowa 02 Jul 2010 at 8 PM