SOLICITATION AMENDMENT 1:
The purpose of this amendment is to respond to a question received regarding this requirement. The due date for quotes is not extended.
QUESTION: Is the Motorola Service Center requirement a hard stop for bidding this work?
ANSWER: Per the SOW at Section 1.2.2. the contractor must provide evidence of being an Authorized Motorola Service Station and be a Certified Service Station.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The solicitation number is 31140PR250000163 and is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through FAC 2025-04 Effective: 06/11/2025
The NAICS Code is 811210. This acquisition is set aside 100% for small business. The small size standard is $34M per annum.
USCG Base Kodiak has a requirement for Inspection, Maintenance, and Testing of Land Based Radio Communication Systems. The statement of work is attached. Service Contract Labor Standards are applicable. The fill-in for FAR 52.222-42 is Electronics Technician, Maintenance, WG-8
USCG is seeking a firm-fixed price quote for these services. The base period of performance is from 1 Aug 2025 – 31 Jul 2026. Two (2) one-year options are included. Should all options be exercised, the period of performance will be 31 Jul 2028. A miscellaneous line item is included for each performance year, with a not to exceed amount identified. This line item is managed by the government, to be used if supplemental radios or equipment is required.
Pricing shall be proposed as follows:
CLIN 0001 BASE YEAR SERVICES (1 Aug 25 – 31 Jul 26) $TBP
CLIN 0002 BASE YEAR MISC (to be ordered by the govt) Not to Exceed (NTE) $4,000
CLIN 0003 OPTION YEAR 1 SERVICES (1 Aug 26 – 31 Jul 27) $TBP
CLIN 0004 OPTION YEAR 1 MISC (to be ordered by the govt) Not to Exceed (NTE) $4,000
CLIN 0005 OPTION YEAR 2 SERVICES (1 Aug 27 – 31 Jul 28) $TBP
CLIN 0006 OPTION YEAR 2 MISC (to be ordered by the govt) Not to Exceed (NTE) $4,000
FAR Provisions 52.212-1 and 52.212-2 apply to this acquisition. Evaluation criteria is best value, where technical, including experience working in Alaska, is more important than price. A complete copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services, must be completed in SAM.gov at the time of quote submission.
FAR 52.212-4 and addenda to FAR 52.212-4 apply to this acquisition. Addenda are: 52.204-13, 52.204-18, 52.217-9, 52.232-18, 52.232-19, 52.252-2, 52.204-23 (HSAR DEVIATION), 52.204-25 (HSAR DEVIATION). FAR 52.212-5 applies to this acquisition, with the following checkboxes: 52.204-10, 52.204-27, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-50, 52.225-13, 52.226-8, 52.232-33, 25.222-41, 52.222-42, 52.222-55, and 52.222-62.
Where FAR clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to, the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word.
Quotes are due by 22 Jul 2025, at 1:00 p.m., Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil to be considered for award. If it is in the best interest of the government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Quotes shall list a primary point of contact for the offeror, including name, phone number, and email address.
All contractual and technical questions must be in writing. Questions must be received by 14 Jul 2025, 1:00 p.m. Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil Telephone questions will not be accepted.