New Jersey Bids > Bid Detail

MILSATCOM flyaway base terminals for JB MDL AFB and Travis AFB

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159226793462778
Posted Date: Sep 7, 2023
Due Date: Sep 11, 2023
Solicitation No: FA4484-23-Q-0060
Source: https://sam.gov/opp/c498e48caf...
Follow
MILSATCOM flyaway base terminals for JB MDL AFB and Travis AFB
Active
Contract Opportunity
Notice ID
FA4484-23-Q-0060
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4484 87 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 07, 2023 04:45 pm EDT
  • Original Published Date: Sep 06, 2023 10:28 am EDT
  • Updated Date Offers Due: Sep 11, 2023 04:00 pm EDT
  • Original Date Offers Due: Sep 08, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 26, 2023
  • Original Inactive Date: Sep 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5825 - RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Joint Base MDL , NJ 08641
    USA
Description View Changes

FA4484-23-Q-0060 Amendment A00001 to COMBINED SYNOPSIS/SOLICITATION for JOINT BASE MCGUIRE-DIX-LAKEHURST, New Jersey & Travis AFB, CA for the purchase of Military Satellite Communication (MILSATCOM) flyaway base terminals.



The purpose of this amendment A00001 to RFQ FA448423Q0060 is to revise para. 4 of the attached Statement of Work as follows:



From: The vendor will provide delivery and training for this item. The maintenance, accountability, and operation of this equipment will be the responsibility of the CRG Combined Communications Work Center.



To: The vendor will provide delivery and training for this item. Training will be at the vendors discretion, and/or provide documentation for basic system operation and/or maintenance. The maintenance, accountability, and operation of this equipment will be the responsibility of the CRG Combined Communications Work Center.



Solicitation closing date is hereby extended to 11 SEPT 2023 by 4PM EST. All quotes are due by 4:00PM EST on 11 SEPT 2023.





This is a Resolicitation for JOINT BASE MCGUIRE-DIX-LAKEHURST, NJ & Travis AFB, CA for the purchase of Military Satellite Communication (MILSATCOM) flyaway base terminals.

1. This combined synopsis/solicitation for commercial services is prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This is a resolicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-23-Q-0060a Request for Quote (RFQ) under FA4484-23-Q-0060 using Simplified Acquisition Procedures. All attachments pertaining to RFQ FA4484-23-Q-0060 are incorporated.





100% Total Small Business Set- Aside

NAICS Code: 334220

Size Standard: 1,250 employees



An Individual waiver to the NMR IAW FAR 19.505 has been granted by the SBA.





2. The purpose of this Request For Quote (RFQ) is to procure two (2) Military Satellite Communication (MILSATCOM) terminals with the option to procure four (4) additional MILSATCOM terminals as a replacement for the GATR antenna included in the Small

Communications Package. The current transport solution for MILSATCOM, GATR’s 2.4m Antenna System, has several single points of failure without an organic maintenance capability. The CRG supports replacing this antenna with a modernized antenna system that offers autotrack and auto-acquisition capability, a smaller form factor, eliminates GATRs technical shortfalls, and enables a faster set up time while remaining compatible with Time Division Multiple Access (TDMA) and Frequency Division Multiple Access (FDMA) waveforms, and operates on X band, Ka band, and Ku band satellite frequencies in accordance with the attached Statement of Work (SOW).





Products are to be delivered to JB MDL, NJ 08641 and Travis AFB, CA 94535.





The Government intends to award a single firm-fixed-price order. The expected delivery of this requirement 90-120 days from date of award.





3. See Federal Acquisition Regulation (FAR) Clause 52.212-1, "Instructions to Offerors -- Commercial Items" for additional information.





4. See the Basis for Award for additional information and evaluation criteria.

5. Contractors must have an active registration in System for Award Management (SAM) in order to be eligible to be awarded a Department of Defense (DoD) contract. If you need to register in SAM, please do so using the following link: https://www.sam.gov/sam.





6. You must include all Representations and Certifications with your quote or reflect they’re completed in SAM.





7. Contractor offers should be submitted via EMAIL to the Contract Specialist, Christina Vargas at christina.vargas.1@us.af.mil and the Contracting Officer, Edward Sherwood at Edward.sherwood@us.af.mil and shall contain the following information:





A. Technical: Include item specifications

B. Price/Admin:

a. Unit pricing for all Contract Line Item Numbers (CLINs). A total price should also be

included. Prices shall not extend past the second decimal point for unit and extended

amounts. The proposed price shall include all direct costs and other directs costs, G&A,

and profit to fulfill the contractual requirements.

b. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS

of 334220.

c. Per Amendment 0001, Quotes are due no later than 4:00pm EST 11 SEPT 2023





8. This requirement is a Total Small Business Set-Aside under NAICS 334220 with a business size standard of 1,250 employees. An Individual waiver to the NMR IAW FAR 19.505 has been granted by the SBA.





9. All offers shall remain valid for 90 calendar days. Multiple offers will not be accepted.


Attachments/Links
Attachments
Document File Size Access Updated Date
Comm Interim Soluiton_SOW_MILSAT_SEPT23.pdf (opens in new window)
256 KB
Public
Sep 07, 2023
RFQ FA448423Q0060 A0001-Combo Synopsis Solicitation.pdf (opens in new window)
678 KB
Public
Sep 07, 2023
SFS Appendix - CONTRACTOR APPENDIX SEP 21.pdf (opens in new window)
719 KB
Public
Sep 06, 2023
Medical Statement 1AUG22.docx (opens in new window)
13 KB
Public
Sep 06, 2023
JB MDL AT Awareness Guide for Contractors 1FEB22.pdf (opens in new window)
816 KB
Public
Sep 06, 2023
JB MDL Antiterrorism Awareness for Contractors Trifold_15JAN15.pdf (opens in new window)
974 KB
Public
Sep 06, 2023
Comm Interim Soluiton_SOW_MILSAT_20JUL23.pdf (opens in new window)
224 KB
Public
Sep 06, 2023
RFQ FA448423Q0060 -Combo Synopsis Solicitation.pdf (opens in new window)
265 KB
Public
Sep 06, 2023
file uploads

Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 609 754 2413 2402 VANDENBERG AVE BLDG 2402
  • JB MDL , NJ 08641
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >