Motorola APX 6000 and APX 8000 VHF Radios
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 11, 2023 08:57 am MDT
- Original Published Date: Aug 17, 2023 04:14 pm MDT
- Updated Date Offers Due: Sep 18, 2023 07:00 am MDT
- Original Date Offers Due: Sep 12, 2023 07:00 am MDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 03, 2023
- Original Inactive Date: Sep 27, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5820 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE
- NAICS Code:
- 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Place of Performance: Draper , UT 84020USA
Description
Solicitation: W911YP23R0029
Agency/Office: Utah Army National Guard / USPFO
Delivery Location: Utah Army National Guard 12953 South Minuteman Drive, Draper, UT 84020
Subject: Motorola APX 6000 and APX 8000 VHF Radios
Response Due Date: 0700am MST 18 Sep 23
Contracting POC: Otha Henderson; Email: otha.b.henderson.civ@army.mil .
Description:
This requirement is being solicited as a brand name total small business set-aside. Only quotes from registered small businesses in SAM.gov will be accepted.
This is a combined synopsis/solicitation for the Utah Army National Guard’s requirement of Motorola APX 6000 and APX 8000 VHF radios, batteries and chargers under solicitation number W911YP23R0029. This solicitation is 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; quotes are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ).
This acquisition is being solicited as a brand name total small business set-aside under NAICS code 334220, Radio and Television Broadcasting and Wireless Equipment Manufacturing, which has a small business size standard of 1250 employees (www.sba.gov). For vendors’ quotes to be considered, you must be registered in the System for Award Management (SAM) at https://WWW.SAM.gov as a small business under this or very similar NAICS code. Wholesaler NAICS codes will not be accepted. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.
Motorola APX 6000 Series:
18 each, APX 6000 VHF MHZ Model 2.5 Portable, H98KGF9PW6BN;
18 each, ENH: STF 1 Yr Warranty Applies, QA05100;
18 each, Add: ADP Only (non-p25 CAP compliant)(US only), Q667;
18 each, Add: Conventional Operation, H35;
18 each, Add: Astro Digital CAI Operation, Q806;
18 each, BATT IMPRES 2 LIION R IP68 255OT, PMNN4485;
3 each, Charger, Multi-Unit, IMPRES 2, 6-DISP, NA/LA-PLUG, ACC USB CHGR, NNTN8844A.
Motorola APX 8000 Series:
1 each, APX 8000, H91TGD9PW6 N;
1 each, ENH: STD 1 Yr Warranty Applies, QA05100;
1 each, Add: Astro Digital CAI Operation, Q806;
1 each, Add: P25 9600 Baud Trunking, Q361;
1 each, Add: ADP Only (non-P25 CAP compliant)(US only);
1 each, Add: Smartzone Operation, H38;
1 each, Del: Delete UHF Band, QA05509;
1 each, TAA Charger, Single-Unit, IMPRES 2, 3A, 115VAC, US, NNTN8860ATAA.
Only the specified equipment is acceptable. A signed and approved J&A is attached. Quotes for other equipment will not be considered.
Contract Type / Evaluation Criteria:
This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on an all or none basis using Lowest Price Technically Acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award.
Set-Aside / FAR Regulation:
Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows:
In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.
SAM Registrations:
All firms or individuals responding must meet all standards required to conduct business with the government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.
Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
Quote:
Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 0700 AM MST 18 Sep 23. All submissions should be sent via email to: otha.b.henderson.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.
Provisions/Clauses:
The following provisions and clauses are applicable to this solicitation and are incorporated by reference:
FAR 52.204-7 – System for Award Management
FAR 52.204-9 – Personal Identity Verification of Contractor Personnel
FAR 52.204-16 – Commercial and Government Entity Code Reporting
FAR 52.204-18 – Commercial and Government Entity Code Maintenance
FAR 52.204-19 – Incorporation by Reference of Representations and Certifications
FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation
FAR 52.204-27 – Prohibition on a ByteDance Covered Application
FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services
FAR 52.212-3 – Offeror Representations and Certifications-Commercial Products and Commercial Services
FAR 52.212-3 – Alternate 1
FAR 52.219-1 (Alt I) – Small Business Program Representation
FAR 52.219-28 – Post-award Small Business Program Representations
FAR 52.222-19 – Convict Labor—Cooperation with Authorities and Remedies
FAR 52.222-21 – Prohibit Segregated Facilities
FAR 52.222-26 – Equal Opportunity
FAR 52.222-36 – Equal Opportunity for Workers With Disabilities
FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 – Combating trafficking in Persons
FAR 52.222-54 – Employment Eligibility Verification
FAR 52.223-5 -- Pollution Prevention and Right-to-know Information
FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.232-1 – Payments
FAR 52.232-18 – Availability of Funds
FAR 52.232-33 – Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-39 – Unenforceability of Unauthorized Obligations
FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1 – Disputes
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.243-1 – Changes-Fixed Price
FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)
FAR 52.252-1 – Solicitation Provisions Incorporated by Reference
FAR 52.252-2 – Clauses Incorporated by Reference
DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors
DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.204-7019 – Notice of NISTSP 800-171 DoD Assessment Requirements
DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)
DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
DFARS 252.225-7048 – Export-controlled Items
DFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro Regime
DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime
DFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation
DFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.239-7017 – Notice of Supply Chain Risk
DFARS 252.239-7018 – Supply Chain Risk
DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.244-7000 – Subcontracts for Commercial Items
DFARS 252.247-7023 – Transportation of Supplies by Sea
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 full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
- DRAPER , UT 84020-2000
- USA
Primary Point of Contact
- Otha Henderson
- otha.b.henderson.civ@army.mil
Secondary Point of Contact
History
- Oct 13, 2023 09:55 pm MDTAward Notice (Original)
- Oct 03, 2023 09:55 pm MDTCombined Synopsis/Solicitation (Updated)
- Aug 17, 2023 04:14 pm MDTCombined Synopsis/Solicitation (Original)