(i) 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; quotations are being requested and a written solicitation will not be issued.
(ii) Solicitation No. R16PS01735 is being issued as a request for quote (RFQ) for a single firm-fixed price purchase order. (The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" R16PS01735.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-89.
(iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Maintenance. The small business size standard for NAICS Code 334220 is 1,250 employees.
(v) The Bureau of Reclamation, Lower Colorado Dam Office has a brand-name requirement to purchase Codan Radio Repeaters, Motorola Dual Band Mobile, Motorola Dual Band Control Station Mobile and Motorola Dual Band Handheld Radios.
For the complete list of Salient Characteristics, please see the attachment posted at FedConnect.net.
Contract Line Item Numbers (CLIN):
CLIN 0010 - APX7500 Dual Band Radios with Vehicle Installation Kits, Quantity: Three (3) Each
CLIN 0020 - APX7500 Dual Band Radio with Control Station Accessories, Quantity: One (1) Each
CLIN 0030 - APX7000 Dual Band Radios, Quantity: Four (4) Each
CLIN 0040 - P25 VHF VoIP Connected Codan Repeater Systems; Quantity: Two (2) Each
Vendor must provide all the items listed in the salient characteristics.
(vi) The Bureau of Reclamation has a brand-name requirement to purchase Codan Radio Repeaters, Motorola Dual Band Mobile, Motorola Dual Band Control Station Mobile and Motorola Dual Band Handheld Radios (see the attached Salient Characteristics posted at FedConnect.net).
(vii) Delivery date for this requirement is no later than 90 days after award date. Place of delivery is Bureau of Reclamation, Lower Colorado Region, Hoover Dam Central Warehouse State Route 172 Boulder City, NV 89005. Shipping must be free on board (FOB) Destination.
The following clauses and provisions are applicable to this commercial item acquisition:
(viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. The following addendums are applicable to this RFQ.
a. Addendum to 52.212-1 - Quote Instructions
In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a quote in accordance with the instructions contained in this provision.
(a) Technical Information: Offeror shall submit descriptive product literature, such as illustrations, drawings, and brochures that shows productÿs characteristics.
(b) Offer shall submit a completed Price Schedule. All documents are attached to the RFQ at www.fedconnect.net.
(ix) FAR provision 52.212-2, Evaluation is not applicable to this RFQ. This requirement will be based on lowest price.
(x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/.
(xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.
The following additional FAR clauses cited in this clause are applicable to the acquisition:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-13, Notice of Set-Aside of Orders
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, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-3, Buy American - Free Trade Agreements, Israeli Trade Acts, Alternate III
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
(xiii) Additional contract requirements include the following clauses and provisions:
Provisions -
- 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation)
- 52.252-5, Authorized Deviations in Provisions
Clauses -
- 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
- 52.232-40, Providing Accelerated Payment to Small Business Subcontractors
- 52.242-15, Stop-Work Order
- 52.252-2, Clauses Incorporated by Reference
- 52.252-6, Authorized Deviations in Clauses
- 1452.237-80, Security Requirements - Bureau of Reclamation
- Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP)
(xiv) Not Applicable
(xv) All questions shall be submitted via email to
[email protected] by no later than Monday, August 29, 2016, by no later than 4PM, local time. No additional questions will be accepted after this date.
Quotations are due Wednesday, September 7, 2016 by no later than 4 PM, local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to
[email protected]. All offerors must include the following with their quotation: 1) Technical Information (product literature) and 2) Completed Schedule B - Price Schedule. All documents are attached to the RFQ at www.fedconnect.net.
(xvi) The Point of Contact for this solicitation is Ms. Leslie Dieguez. She may be reached via e-mail at
[email protected], or by phone at 702-293-8369.
*End of Combined Synopsis/Solicitation
Bid Protests Not Available