Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
SOLICITATION NOTICE

58 -- ANPRC 117F MULTIBAND, MULTIMISSION MANPACK RADIOS

Notice Date
7/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-02-Q-B038
 
Response Due
8/12/2002
 
Point of Contact
Sandra Cleveland, Contracting Journeyman, Phone 702-652-9575, Fax 702-652-5405, - Jacquelyn Buky, Chief, Base Operations Support Flight, Phone 702-652-5488, Fax 702-652-5405,
 
E-Mail Address
sandra.cleveland@nellis.af.mil, 99cons.lgcb@nellis.af.mil
 
Description
Description: This is a combined synopsis/solicitation 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; price quotes are being requested and a written solicitation will not be issued. This solicitation (F26600-02-QB038) is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The Standard Industry Classifications (SICs) for this solicitation are 3663 and 3679; and the North American Industry Classification Systems (NAICS) is 334220. This solicitation is UNRESTRICTED and is not 100% reserved for small business. FAR part 19 classifies small businesses as those that gross to or less than $5.0 million annually based on the average of the offerors past three fiscal years. Offerors shall submit their quote according to the below description. Delivery is FOB DESTINATION to Nellis AFB NV 89191. Please provide drawings and descriptions on items you are quoting. The provision at FAR 52.212-1, Instruction to Offerors--Commercial, and the clause at FAR 52.212-2, Evaluation--Commercial Items, applies to this solicitation. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, suitability-capability of the item offered to meet the agency need in accordance with referenced item description, price, delivery date, past performance considered. Offerors must include with their quote a completed copy of the provisions at 52.212-3, Offeror Representation and Certifications--Commercial Items. Contractors must provide a listing of previous, similar work accomplished within the past year. The listing shall identify the purchase order/order number, cost, point of contact with telephone number, date completed, and whether the product was provided on time. Offerors who fail to complete and submit Representations and Certifications and a past performance reference list may be considered non-responsive. The Government will use all available information to assign an overall, subjective rating to the contractor?s past performance. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this solicitation. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this solicitation. Specifically the following cited clauses are applicable to this solicitation; FAR 52.202-1 Definitions; FAR 52.203-6 Restrictions on subcontractors sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.204-6 Data Universal Numbering system (DUNS) Number; FAR 52.211-5 Material Requirements; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Actions for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-1 Buy American Act?Balance of Payment Program?Supplies; FAR 52.232-1 Payments; FAR 52.233-3 Protest after Award; FAR 52.243-1 Changes?Fixed Price; FAR 52.244-6 Subcontracts for Commercial Items; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.222-20 Walsh ?Healey Public Contracts Act; DFARS 252.204-7004 Required Central Contract Registration; DFARS 252.212-7001 contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.246-7000 Material Inspections and Receiving Report. Clauses and Provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of a clause or provision may be accessed electronically at http://www.farsite.af.mil. Contractors are required to have a Dun & Bradstreet number (DUNS) and be registered in the Central Contractor Registration (CCR) database to receive a DOD award payment. Lack of registration in CCR will make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505 and may register in the CCR over the Internet at www.ccr2000.com. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. The Bid Schedule and Representations and Certifications of Offerors are posted on the Federal Government Electronic Posting System (EPS) at http://www.eps.gov. Amendments will be posted on the affected solicitation page EPS site. Quotes must be signed, dated and submitted in writing by close of business 1630hrs (4:30 p.m.) pacific standard time 12 Aug 02 to 99th Contracting Squadron, 5865 Swaab Blvd. Nellis AFB, NV 89191, attention TSgt Sandra K. Cleveland. Contact Contracting Specialist, (702) 652-9575 (sandra.cleveland@nellis.af.mil) or Contracting Officer, Mrs. Jacquelyn E. Buky (jacquelyn.buky@nellis.af.mil) (702) 652-5488, for information regarding this combined synopsis/solicitation. DESCRIPTION OF ITEM: AN/PRC-117F MULTI-BAND/MULTI-MISSION MISSION RADIO OR EQUAL. AN/PRC-117F is an advanced multi-band multi-mission manpack radio, which provides reliable tactical communications through enhanced secure voice (COMSEC, TRANSEC), high-speed data, ECM and SATCOM capabilities The removable keypad/display unit enables operation on-the-move with the transceiver stowed in the user?s backpack. It acts as a Crypto Ignition Key (CIK) when removed and declassifies a keyed radio. The AN/PRC-117F transceiver provides continuous frequency coverage from 30 to 512 MHZ and delivers a selectable power output (10W FM-low band VHF/20W PEP AM/FM ?highland VHF/UHF. Its digital design is fully programmable for software-based upgrades. A menu-driven interface makes operation easy. One hundred user-defined net presets provide complete radio configuration including radio operating mode, modem setting, COMSEC and TRANSEC keys. Standard features include: TSEC/ky-57 and ANDVT/KYV-5 voice/data, Fascinator voice, and KG-84C data capability; Transmit and Receive SARK; Embedded DAMA and SATCOM modem 9MIL-STD-181B, 182, 183); SINCGARS (SIP) and Havequick I/II ECCM; embedded 16kbps modem with both synchronous and asynchronous interfaces; full remote control capability via the RS232/RS422 interface port; multiband scan allowing the user scan up to 10 percent in any or all of the frequency bands; black re-transmission capability-the ability to operate as a retransmission site without decrypting the retransmitted traffic, cross banding-the ability to retransmit from one 16 kbps net to another 16 kbps net in a different frequency band; removable keypad/display unit; radio-to-radio preset cloning, a swept frequency distress beacon (available in any channel), CTCSS tone support for LMR (Land Mobile Radio) repeaters, and an external GPS PLGR Interface. Audio/Data Cable Assembly PN 10511-0717-01; Manpack VHF Whip Antenna Kit P/N 10512-0717-01;UHF SATCOM Antenna Set 240 to 400 MHz Speaker P/N RF-3080-AT001; Tactical Amplifier Speaker PN 10181-5180-01; Speaker Cable Power PN 10535-0708-A009; Cable Assembly SPKR CTL PN 10535-0707-A009
 
Record
SN00129358-W 20020802/020731213614 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.