The RFP Database
New business relationships start here

Legacy Transceiver Replacement


Oregon, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

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. This solicitation: W912JV-18-Q-7010 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98. This procurement is unrestricted. The NAICS code is 334220.

*The Legacy Transceiver Replacement is to be performed in accordance with the attached Statement of Work (SOW) in quantities listed below*

 

Line Item





CLIN



(Base)



0001



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1001



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1002



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1003



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1004



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1005



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1006



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1007



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1008



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1009



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1010



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1011



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1012



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1013



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1014



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1015



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Base)



0016



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1017



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1018



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1019



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1020



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1021



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1022



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1023



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1024



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1025



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1026



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1027



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1028



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1029



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



 

CLIN



 

(Option)



 

1030



 

QTY



 

1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



CLIN



(Option)



1031



QTY



1



Fixed Site VHF-UHF Radio Transceiver
With Installation and Training


 


 



 

 

***ALL SHIPPING COST MUST BE INCLUDED IN EACH LINE ITEM PRICE WITH FINAL PROPOSAL. SEE ADDRESS BELOW. ***

 

The shipping address is as follows:

173 FW

243 Vandenberg Drive, Suite 22

Kingsley Field, Oregon 97603

 

The following provisions and clauses apply to this acquisition:

FAR 52.212-1 -- Instructions to Offerors -- Commercial Items.

   Submit the price quote information via email to MSgt Matthew Marshall at matthew.m.marshall6.mil@mail.mil.  Responses to this RFQ must be received via e-mail not later than 12:00 PM Pacific Daylight Time on 27 Aug, 2018. Requests for Information deadline will be 17 Aug, 2018. Oral Quotes will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposals submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable.

As a minimum, offers must show -

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) "Remit to" address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

FAR 52.212-2 -- Evaluation -- Commercial Items.

 -The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

 

(i) Technical capability of the item offered to meet the Government requirement;

(ii) Price

Award will be made on the basis of the lowest evaluated price of proposals meeting or               exceeding the acceptability standards for non-cost factors.

 

FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I.

            Offerors must fill out and submit completed clause with their proposal.

FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items.

FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.

FAR 52.203-3 -- Gratuities.

FAR 52.203-6 -- Restrictions on Subcontractor Sales to the Government - Alternate I.

FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.

FAR 52.204-4 -- Printed or Copied-Double Sided on Post- consumer Fiber Content Paper.

FAR 52.204-7 -- System for Award Management.

FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards.

FAR 52.204-13 -- System for Award Management Maintenance.

FAR 52.204-16 -- Commercial and Government Entity Code Reporting.

FAR 52.204-18 -- Commercial and Government Entity Code Maintenance.

FAR 52.204-22 -- Alternative Line Item Proposal.

FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

FAR 52.209-7 -- Information Regarding Responsibility Matters.

FAR 52.209-9 -- Updates of Publicly Available Information Regarding Responsibility Matters.

FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations.

FAR 52.217-4 -- Evaluation of Options Exercised at Time of Contract Award.

FAR 52.217-5 -- Evaluation of Options.

FAR 52.222-3 -- Convict Labor.

FAR 52.222-21 -- Prohibition of Segregated Facilities.

FAR 52.222-26 -- Equal Opportunity.

FAR 52.222-35 -- Equal Opportunity for Veterans.

FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities.

FAR 52.222-37 -- Employment Reports on Veterans.

FAR 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act.

FAR 52.222-50 -- Combating Trafficking in Persons.

FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information.

FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving.

FAR 52.225-13 -- Restrictions on Certain Foreign Purchases.

FAR 52.228-5 -- Insurance - Work on a Government Installation.

FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management.

FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors.

 

FAR 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item.

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 45 DAYS OF INITIAL CONTRACT AWARD. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

 

 

FAR 52.233-2 -- Service of Protest.

Service of Protest (Sep 2006)


(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from SMSgt Jerry Fuls, email jerry.e.fuls.mil@mail.mil, 173d FW CONF, 211 Arnold Ave Suite 35, Klamath Falls, Orreogn 97603.


(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of clause)

 

FAR 52.233-3 -- Protest After Award.

FAR 52.233-4 -- Applicable Law for Breach of Contract Claim.

FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference.

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 address(es):
http://farsite.hill.af.mil

 

 

FAR 52.252-2 -- Clauses Incorporated by Reference.

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

 

 

 

 

 

DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights.

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

DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls.

DFARS 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting.

DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support.

DFARS 252.211-7003 -- Item Unique Identification and Valuation.

DFARS 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.

DFARS 252.225-7012 -- Preference for Certain Domestic Commodities.

DFARS 252.225-7048 -- Export-Controlled Items.

DFARS 252.225-7050 -- Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism.

DFARS 252.226-7001 -- Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns.

DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions.

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause-

"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.

"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall-

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Combo

 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

                        Government

 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*





Field Name in WAWF



Data to be entered in WAWF





Pay Official DoDAAC



  TBD





Issue By DoDAAC



  TBD





Admin DoDAAC



  TBD





Inspect By DoDAAC



  TBD





Ship To Code



 TBD





Ship From Code



 TBD





Mark For Code



 TBD





Service Approver (DoDAAC)



 TBD





Service Acceptor (DoDAAC)



 TBD





Accept at Other DoDAAC



 TBD





LPO DoDAAC



 TBD





DCAA Auditor DoDAAC



 TBD





Other DoDAAC(s)



 TBD





(*Contracting Officer: Insert applicable DoDAAC information or "See schedule"

if multiple ship to/acceptance locations apply, or "Not applicable.")

(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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.

Matthew.m.marshall6.mil@mail.mil

(Contracting Officer: Insert applicable email addresses or "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.

Matthew.m.marshall6.mil@mail.mil

 

(Contracting Officer: Insert applicable information or "Not applicable.")

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

 

DFARS 252.232-7010 -- Levies on Contract Payments.

DFARS 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel.

DFARS 252.239.7017 - Notice of Supply Chain Risk.

DFARS 252.239-7018 - Supply Chain Risk

DFARS 252.243-7002 -- Requests for Equitable Adjustment.

DFARS 252.244-7000 -- Subcontracts for Commercial Items.

 

 


 

Funding Availability: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award.

 

.


 


Matthew M. Marshall, Contracting Officer, Phone 5418856181, Email matthew.m.marshall6.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP