(v) CLIN (0001) 107 Each: Motorola XTS-5000 II Portable 136-174 MHz 1-6W 850 Channel limited keypad. Required options: Astro Digital CAI Operation Software, Impress NIMH FM Rugged Battery, MDC & Astro P25 OTAR W/Multikey, AES Encryption, UCM Hardware Encryption, Smartzone System Software, Project 25 9600 Baud Trunking Software, Submersible up to 6Ft for 2 Hours, Alternate Display Labels, Enhanced Digital ID Display, Audio Distortion 1% or less, Mil Specs 810C D E and F.
(vi) FOB-Destination for delivery to: 7350 3rd Street, Building 125, Hill AFB, UT 84056. Delivery NLT 30 Days ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).
(vii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability.
(viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included.
(ix) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, w/Alternate I; FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-8 Utilization of Small Business; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC)
**Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email [email protected], Phone: (757)764-5372, Fax:(757)764-4400**
Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items.
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION).
(xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION).
(xii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed.
(xiii) Quotes must be emailed to Lindsey Helms-Damour, [email protected] or faxed to (208) 828-2658. Quotes are required to be received no later than 10:00 MST, 30 September 2009.