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 10, 2024 01:29 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 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 19.7. Small Business Concerns exception applies.
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.
- 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)
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)