CLIN 0002:
XTS5000 380-470 MHZ, Model II, Item ID: H18QDF9PW6_N, Motorola or equivalent, Qty 43
ALT: Battery Lithium ION Impres 4150MAH, Item ID: QA00212AA, Motorola or equivalent, Qty 43
ENH: MDC & Astro P25 OTAR w Multi-Key, Item ID: Q498AK, Motorola or equivalent, Qty 43
XTS50000 UCM Hardware Encryption, Item ID: Q159AA, Motorola or equivalent, Qty 43
ENH: Two Year Encryption Express Service Plus, Item ID: Q58AD, Motorola or equivalent, Qty 43
G996AC MOTO, ENH: Over the Air Provisioning, Item ID: G996AC, Motorola or equivalent, Qty 43
MOTO, ADD: Channel Announcement, Item ID: Q446AA, Motorola or equivalent, Qty 43
Q947AH, MOTO, ENH: RS232, IV&D Packet Interface, Item ID: Q947AH, Motorola or equivalent, Qty 43
ENH: Project 25 9600 BAUD Trunking Software, Item ID: Q361AK, Motorola or equivalent, Qty 43
Software Astro Digital CAI Operation, Item ID: Q806BA, Motorola or equivalent, Qty 43
Q629AA, AES Encryption, Item ID: Q629AA, Motorola or equivalent, Qty 43
Smartzone System Software, Item ID: H38BR, Motorola or equivalent, Qty 43
Include any shipping costs within CLIN 0002.
DESIRED DELIVERY DATE: 45 DAYS ADC
FOB: Destination INSPECTION AND ACCEPTANCE: Destination
The following provisions and clauses apply to this procurement:
FAR 52.202-1, Definitions; FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.209-5, Certification Regarding Responsibility Matters; FAR 52.211-6, Brand Name or Equal; In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made based on lowest priced technically acceptable (LPTA). Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov/portal/public/SAM. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management website, the offeror shall complete only paragraphs (c) through (o) of this provision; 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 [in paragraphs (b) and (c) the following clauses apply: 52.203-6 Alt I, 52.209-6.
52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33];
FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; FAR 52.233-1, Disputes; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract; 52.249-2, Termination of Convenience of the Government (Fixed- Price); FAR 52.252-1, Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/
DFAR 252.204-7003, Control of Government Personnel Work Product; DFAR 252.204-7004 ALT A, Central Contractor Registration; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist County; DFARS 252.211-7003, Item Identification and Valuation; DFAR 252.203-7002, Requirement to Inform Employees of Whisteblower Rights; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7021, 252.232-7003, 252.243-7002, 252.243-7004, and 252.247-7023].
DFAR 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7010, Levies on Contract Payments, DFAR 252.239-7000, Protection Against Compromising Emanations; DFAR 252.243-7001, Pricing of Contract Modifications; and AFFARS 5352.223-9001 Ombudsman
All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Partial Payments are not authorized. Invoicing through WAWF shall occur after all items have been received by the organization.
Quotes may be E-mailed (preferred) to [email protected] or mailed to AFNWC/PKOA, ATTN: Marilyn Hockersmith, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Marilyn Hockersmith.
ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.