10 Channel UHF Repeater
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Sep 12, 2024 01:08 pm MDT
- Original Published Date: Aug 13, 2024 09:24 am MDT
- Updated Date Offers Due: Sep 13, 2024 02:00 pm MDT
- Original Date Offers Due: Sep 03, 2024 02:00 pm MDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 28, 2024
- Original Inactive Date: Sep 18, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code: DG01 - IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR)
- NAICS Code:
- 517111 - Wired Telecommunications Carriers
- Place of Performance: FE Warren AFB , WY 82005USA
Description
AMENDMENT 5
- Updated Addendum to FAR 52.212-1 Subcontracting Plan requirements.
- Added FAR 19.704 Subcontracting Plan Requirements.
AMENDMENT 4
- Edited Addendum to FAR 52.212-1 to include Subcontracting Plan requirements.
- ATTACHMENT 1a – PROVISIONS and CLAUSES has been updated.
AMENDMENT 3
- UPDATED SOLICITATION - FULL and OPEN competition, FAR/Acquisition.GOV updated versions
- ATTACHMENT 1 – PROVISIONS and CLAUSES has been updated.
- ATTACHMENT 3 - RESPONSE FORM has been updated.
- ATTACHMENT 4 - STATEMENT OF OBJECTIVES has been updated.
- QUESTIONS due date and time has been removed.
- SITE VISIT information has been removed.
- QUOTES DUE DATE HAS BEEN UPDATED.
AMENDMENT 2 - Edited ATTACHEMENT 4 - UPDATED STATEMENT OF OBJECTIVES dated 29 AUGUST 2024.
AMENDMENT 1 - Added Attachments 6 and 7
ATTACHMENT 6 - QUESTIONS AND ANSWERS 28 AUGUST 2024
ATTACHMENT 7 - SEED MIX
Combined Synopsis/Solicitation
Solicitation Number FA461324Q1059
Purchase Description: 10 Channel UHF Repeater
**NOTICE TO OFFEROR(S)/ SUPPLIERS(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS REQUEST FOR QUOTES, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS REQUEST FOR INFORMATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS.
This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov website as full and open competition.
The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1059, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 517111, with a small business standard of 1,500 employees.
The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation FAC Number 2024-06 effective 8/29/2024, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 08/15/2024 and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 2024-0612 effective 6/12/2024.
DESCRIPTION:
F.E. Warren AFB is seeking a "turnkey" Project 25 compliant Enterprise Land Mobile Radio (ELMR) upgrade from Motorola 5 TDMA capable VHF channels to a Motorola 10 TDMA UHF capable channels. This project will nominally include antennas, new radio equipment and the installation of a self-supporting 90’ tower, and an uninterruptable power supply (UPS). The contractor shall provide all personnel, equipment, installation, configuration management, labor, material, documentation, and services IAW the attached Statement of Objective. Services include systems engineering services in support of the design, system staging, site preparation/development, equipment installation and optimization, acceptance testing, training, and warranty. The contractor shall perform all necessary efforts in the completion of this project to receive site acceptance.
CLIN STRUCTURE:
CLIN 0001: 10 Channel UHF Repeater
Quantity: 1 Unit of Issue: Job
Price: $______________________________
A DETAILED PRICE BREAKDOWN (MATERIALS, LABOR, EQUIPMENT, WARRANTY, ETC.) MUST BE SUBMITTED WITH THE QUOTE TO JUSTIFY THE TOTAL PRICE QUOTED. A listing of materials, labor hours, equipment, etc. must be included to indicate offeror’s full understanding of the requirements in accordance with (IAW) the Statement of Objectives.
All CLINs F.O.B. Destination.
Place of Performance: 834 Parade Rd, F. E. Warren AFB, Cheyenne, Wyoming
Period of Performance: 210 calendar days (180 days or less lead time for materials and 30 days to complete the project)
QUOTES:
Responses/quotes MUST be received by 2:00 pm Mountain Time on Friday, September 13, 2024. Forward responses by e-mail to michelle.crenshaw@us.af.mil and maria_lourdes.bustillo@us.af.mil.
Any quote, modification, or revision of a quote received after the exact specified in this solicitation shall be determined as late and may not be considered. If a late quote is received before award is made, only the Contracting Officer could make the determination that accepting the late quote would not unduly delay the acquisition.
LIST OF ATTACHMENTS:
Attachment 1 – Provisions and Clauses
Attachment 2 – Additional Clauses
Attachment 3 – Response Form
Attachment 4 – Statement of Objectives 5 September 2024
Attachment 5 – Wage Determination
Attachment 6 – Questions and Answers
Attachment 7 – Seed Mix
OTHER INFORMATION:
Per FAR Subpart 4.1102, offerors MUST be registered with System for Award Management (SAM) at time of submission of quote. Failure to do so may result in the offer being deemed ineligible for award.
Notice to Offeror. The government reserves the right to cancel this Request for Quotes (RFQ)., either before or after suspense date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse an offeror for any costs. The contractor shall not request, nor will the Government make payment for any preliminary measurement, quotes, bids, site visit, time, or proposal cost incurred.
Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government’s evaluation of Offerors’ quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.
All applicable Provision/Clauses can be found in Attachment 1 – Provisions and Clauses and Attachment 2 – Additional Clauses.
INSTRUCTIONS TO OFFERORS:
FAR 52.212-1 (Instructions to Offerors - Commercial Products and Commercial Services) (SEP 2023)
- Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
- After receipt of quotes, the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
- The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
- The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote nonresponsive and unacceptable.
- Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
ADDENDUM to FAR 52.212-1
Technical Quote shall include a description of materials/equipment which includes specifications, and part numbers for items in the vendor’s proposed solution to which it intends to satisfy the results/objectives specified in the Statement of Objective (SOO) and the following:
- Period of Performance (PoP): 210 Days (180 days or less lead time for materials and 30 days to complete the project)
- Proposed Technical Solution/Performance Work Statement IAW the SOO to clearly show the Offeror’s full understanding of the requirements.
- Work Schedule IAW the SOO that shows completion of work within 30 days.
- 1 Year Warranty and On-Site Service Information IAW the SOO
- Attachment 3, Response Form, completed and signed
- Motorola Certified
- Subcontracting Plan is required IAW FAR Part 19.704 Subcontracting Plan: For large business concerns, the subcontracting plan will be evaluated for compliance and acceptability in accordance with FAR 19.705-4. Tha plan must demonstrate a commitment to providing maximum practicable opportunities for small business concerns. (See FAR 19.704 below for further instruction.)
PRICE QUOTE - A DETAILED PRICE BREAKDOWN (MATERIALS, LABOR, EQUIPMENT, WARRANTY, ETC.) MUST BE SUBMITTED WITH THE QUOTE TO JUSTIFY THE TOTAL PRICE QUOTED. A listing of materials, labor hours, equipment, etc. must be included to indicate offeror’s full understanding of the requirements in accordance with (IAW) the Statement of Objectives.
Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (MAY 2024)
EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following:
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. Award will be made to the offeror with the lowest price technically acceptable (LPTA) offer. The following factor(s) shall be used to evaluate offers:
- Technical Capability: items meet the Government requirement/specifications in the description. If all requested information in FAR 52.212-1 is not provided or does not meet the requirements identified, the Government may determine the quote to be nonresponsive, therefore, technically unacceptable.
- Price: submit a detailed breakdown of price showing ALL equipment to be installed and materials, labor, warranty, tools, shipping, ALL direct and indirect costs to complete the requirement IAW the SOO.
2.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.
2.2 Price will be evaluated for reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.
2.3 No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(End of Provision)
FAR 19.704 Subcontracting plan requirements.
(a) Each subcontracting plan required under 19.301-2(e) and 19.702(a)(1)(i), (ii), and (iii) shall include-
(1) Separate percentage goals for using small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes) and women-owned small business concerns as subcontractors;
(2) A statement of the total dollars planned to be subcontracted and a statement of the total dollars planned to be subcontracted to small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes) and women-owned small business concerns, as a percentage of total subcontract dollars. For individual subcontracting plans only, a contracting officer may require the goals referenced in paragraph (a)(1) of this section to be calculated as a percentage of total contract dollars, in addition to the goals established as a percentage of total subcontract dollars;
(3) A description of the principal types of supplies and services to be subcontracted and an identification of types of supplies or services planned for subcontracting to small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns;
(4) A description of the method used to develop the subcontracting goals;
(5) A description of the method used to identify potential sources for solicitation purposes;
(6) A statement as to whether or not the offeror included indirect costs in establishing subcontracting goals (for commercial plans, see paragraph (d) of this section), and a description of the method used to determine the proportionate share of indirect costs to be incurred with small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns;
(7) The name of an individual employed by the offeror who will administer the offeror’s subcontracting program, and a description of the duties of the individual;
(8) A description of the efforts the offeror will make to ensure that small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns have an equitable opportunity to compete for subcontracts;
(9) Assurances that the offeror will include the clause at 52.219-8, Utilization of Small Business Concerns (see 19.708(a)), in all subcontracts that offer further subcontracting opportunities, and that the offeror will require all subcontractors (except small business concerns) that receive subcontracts in excess of $750,000 ($1.5 million for construction) to adopt a plan that complies with the requirements of the clause at 52.219-9, Small Business Subcontracting Plan (see 19.708(b));
(10) Assurances that the offeror will-
(i) Cooperate in any studies or surveys as may be required;
(ii) Submit periodic reports so that the Government can determine the extent of compliance by the offeror with the subcontracting plan;
(iii) After November 30, 2017, include subcontracting data for each order when reporting subcontracting achievements for indefinite-delivery, indefinite-quantity contracts with individual subcontracting plans where the contract is intended for use by multiple agencies;
(iv) Submit the Individual Subcontract Report (ISR), and the Summary Subcontract Report (SSR) using the Electronic Subcontracting Reporting System (eSRS) ( http://www.esrs.gov), following the instructions in the eSRS.
(A) The ISR shall be submitted semi-annually during contract performance for the periods ending March 31 and September 30. A report is also required for each contract within 30 days of contract completion. Reports are due 30 days after the close of each reporting period, unless otherwise directed by the contracting officer. Reports are required when due, regardless of whether there has been any subcontracting activity since the inception of the contract or the previous reporting period. When a contracting officer rejects an ISR, the contractor is required to submit a revised ISR within 30 days of receiving the notice of the ISR rejection.
(B) The SSR shall be submitted annually by October 30 for the twelve-month period ending September 30. When an SSR is rejected, the contractor is required to submit a revised SSR within 30 days of receiving the notice of SSR rejection;
(v) Ensure that its subcontractors with subcontracting plans agree to submit the ISR and/or the SSR using the eSRS;
(vi) Provide its prime contract number, its unique entity identifier, and the e-mail address of the offeror’s official responsible for acknowledging receipt of or rejecting the ISRs to all first-tier subcontractors with subcontracting plans so they can enter this information into the eSRS when submitting their ISRs; and
(vii) Require that each subcontractor with a subcontracting plan provide the prime contract number, its own unique entity identifier, and the e-mail address of the subcontractor’s official responsible for acknowledging receipt of or rejecting the ISRs, to its subcontractors with subcontracting plans;
(11) A description of the types of records that will be maintained concerning procedures adopted to comply with the requirements and goals in the plan, including establishing source lists; and a description of the offeror’s efforts to locate small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns and to award subcontracts to them;
(12) Assurances that the offeror will make a good faith effort to acquire articles, equipment, supplies, services, or materials, or obtain the performance of construction work from the small business concerns that the offeror used in preparing the bid or proposal, in the same or greater scope, amount, and quality used in preparing and submitting the bid or proposal. Responding to a request for a quote does not constitute use in preparing a bid or proposal. An offeror used a small business concern in preparing the bid or proposal if–
(i) The offeror identifies the small business concern as a subcontractor in the bid or proposal or associated small business subcontracting plan, to furnish certain supplies or perform a portion of the contract; or
(ii) The offeror used the small business concern's pricing or cost information or technical expertise in preparing the bid or proposal, where there is written evidence of an intent or understanding that the small business concern will be awarded a subcontract for the related work if the offeror is awarded the contract;
(13) Assurances that the contractor will provide the contracting officer with a written explanation if the contractor fails to acquire articles, equipment, supplies, services or materials or obtain the performance of construction work as described in (a)(12) of this section. This written explanation will be submitted to the contracting officer within 30 days of contract completion;
(14) Assurances that the contractor will not prohibit a subcontractor from discussing with the contracting officer any material matter pertaining to payment to or utilization of a subcontractor; and
(15) Assurances that the offeror will pay its small business subcontractors on time and in accordance with the terms and conditions of the subcontract, and notify the contracting officer if the offeror pays a reduced or an untimely payment to a small business subcontractor (see 52.242-5).
(b) Contractors may establish, on a plant or division-wide basis, a master plan (see 19.701) that contains all the elements required by the clause at 52.219-9, Small Business Subcontracting Plan, except goals. Master plans shall be effective for a 3-year period after approval by the contracting officer; however, it is incumbent upon contractors to maintain and update master plans. Changes required to update master plans are not effective until approved by the contracting officer. A master plan, when incorporated in an individual plan, shall apply to that contract throughout the life of the contract.
(c) For multiyear contracts or contracts containing options, the cumulative value of the basic contract and all options is considered in determining whether a subcontracting plan is necessary. If a subcontracting plan is necessary and the offeror is submitting an individual subcontracting plan, the individual subcontracting plan shall contain all the elements required by paragraph (a) of this section and shall contain separate statements and goals based on total subcontract dollars for the basic contract and for each option.
(d) A commercial plan (as defined in 19.701) is the preferred type of subcontracting plan for contractors furnishing commercial products and commercial services. The subcontracting goals established for a commercial plan shall include all indirect costs with the exception of those such as the following: Employee salaries and benefits; payments for petty cash; depreciation; interest; income taxes; property taxes; lease payments; bank fees; fines, claims, and dues; original equipment manufacturer relationships during warranty periods (negotiated up front with the product); utilities and other services purchased from a municipality or an entity solely authorized by the municipality to provide those services in a particular geographical region; and philanthropic contributions. Once a contractor's commercial plan has been approved, the Government shall not require another subcontracting plan from the same contractor while the plan remains in effect, as long as the product or service being provided by the contractor continues to meet the definition of a commercial product or commercial service. The contractor shall—
(1) Submit the commercial plan to either the first contracting officer awarding a contract subject to the plan during the contractor’s fiscal year, or, if the contractor has ongoing contracts with commercial plans, to the contracting officer responsible for the contract with the latest completion date. The contracting officer shall negotiate the commercial plan for the Government. The approved commercial plan shall remain in effect during the contractor’s fiscal year for all Government contracts in effect during that period;
(2) Submit a new commercial plan, 30 working days before the end of the Contractor’s fiscal year, to the contracting officer responsible for the uncompleted Government contract with the latest completion date. The contractor must provide to each contracting officer responsible for an ongoing contract subject to the plan, the identity of the contracting officer that will be negotiating the new plan;
(3) When the new commercial plan is approved, provide a copy of the approved plan to each contracting officer responsible for an ongoing contract that is subject to the plan; and
(4) Comply with the reporting requirements stated in paragraph (a)(10) of this section by submitting one SSR that includes all indirect costs, except as described in paragraph (d) of this section, in eSRS, for all contracts covered by its commercial plan. This report will be acknowledged or rejected in eSRS by the contracting officer who approved the plan. The report shall be submitted within 30 days after the end of the Government’s fiscal year.
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
- FE WARREN AFB , WY 82005-2860
- USA
Primary Point of Contact
- Michelle Crenshaw
- michelle.crenshaw@us.af.mil
- Phone Number 3077735751
Secondary Point of Contact
- Lou Bustillo
- maria_lourdes.bustillo@us.af.mil
- Phone Number 3077734751
History
- Sep 28, 2024 09:55 pm MDTCombined Synopsis/Solicitation (Updated)
- Sep 13, 2024 01:44 am MDTCombined Synopsis/Solicitation (Updated)
- Sep 12, 2024 01:08 pm MDTCombined Synopsis/Solicitation (Updated)
- Sep 10, 2024 01:29 pm MDTCombined Synopsis/Solicitation (Updated)
- Sep 10, 2024 01:26 pm MDTCombined Synopsis/Solicitation (Updated)
- Sep 06, 2024 10:08 am MDTCombined Synopsis/Solicitation (Updated)
- Sep 06, 2024 10:06 am MDTCombined Synopsis/Solicitation (Updated)
- Aug 29, 2024 11:23 am MDTCombined Synopsis/Solicitation (Updated)
- Aug 28, 2024 12:55 pm MDTCombined Synopsis/Solicitation (Updated)
- Aug 13, 2024 09:24 am MDTCombined Synopsis/Solicitation (Original)