This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and part 12, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-17-T-0008. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94 and DFARS Change Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 811213. The small business size standard for NAICS Code 811213 is $11 Million. Portsmouth Naval Shipyard Code 410 Contracting will be soliciting this on a sole source basis to MOTOROLA (see attached J&A):
Line Item 0001: The services, maintenance and repairs required on the Land Mobile Radio (LMR) and Enterprise Land Mobile Radio (ELMR) equipment (including the required infrastructure)
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:
52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)
52.204-7, System for Award Management (July 2013)
52.204-13, SAM Maintenance (July 2013)
52.204-22, Alternative Line Item Proposal (Jan 2017)
52.212-1, Instructions to Offerors - Commercial Items
52.212-2, Evaluation - Commercial Item (Jan 1999)
52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
52.219-28, Post Award Small Business Representation
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
52.223-3, Hazardous Material Identification & Material Safety Data
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012)
52.225-13, Restriction on Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - CCR
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.252-2, Clauses Incorporated by Reference
52.222-41, Service Contract Act of 1965
52.222-42, Statement of Equivalent Rates
Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (May 2013)
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)
This announcement will close at 2:00 PM ET on Thursday, 06/29/2017. Contact ERIC ABERLE at 207-438-6792 or email ERIC.ABERLE@navy.mil. Oral communications are not acceptable in response to this notice.
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria:
- Technical Acceptability
- Price
System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
METHOD OF PROPOSAL SUBMISSION:
All quotes must be sent via email (to ERIC.ABERLE@navy.mil) or fax (to 207-438-4193) or mail to:
Code 410, Contracting
ATTN: ERIC ABERLE
Portsmouth Naval Shipyard
Portsmouth, NH 03801
All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 811213, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********
Eric G-G Aberle, Phone 2074386792, Email eric.aberle@navy.mil