Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
MODIFICATION

58 -- Antennas, Radio Remotes, Duplexers

Notice Date
3/11/2004
 
Notice Type
Modification
 
NAICS
423620 — Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Clearwater National Forest, 12730 Highway 12, Orofino, ID, 83544
 
ZIP Code
83544
 
Solicitation Number
RFQ-R1-5-04-22
 
Response Due
3/18/2004
 
Archive Date
4/2/2004
 
Point of Contact
Connie Davis, Purchasing Agent, Phone 208-476-8379, Fax null, - Donna Dodson, Procurement Assistant, Phone 208-476-8360, Fax 208-476-8288,
 
E-Mail Address
cldavis@fs.fed.us, ddodson@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
Antennas, Radio Remotes, Duplexers, Clearwater National Forest, Clearwater County, Idaho. 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; proposals are being requested and a written solicitation will not be issued. Solicitation R1-5-04-22 is issued as a Request for Quotes (RFQ). Responses are due by March 18, 2004, 4:30 p.m., Pacific Time. Set Aside for Small Business. The North American Industry Classification Code is 423690 for radio parts and accessories wholesaling, 500 employees. A quote is requested for three line items. Award will be made by Item. The Government may make a single award or multiple awards under this solicitation. LINE ITEM 01 is for antennas. a. UHF Yagi: 10 db, frequency 405-420MHZ, minimum 150 MPH rated wind velocity no ice, N type female connector, and vertical polarization, 14 each, Brand name Telewave ANT-410Y10-WR or equal. b. UHF Omni: 2.5 db frequency Tx 415.325-415.525, Rx 406.325-406.525; minimum 150 MPH rated wind velocity no ice, fiberglass radome, N type female connector, 3 each. Brand name Telewave ANT-400F2 or equal. c. VHF Omni: 2.5 db, frequency 148-174 MHZ; minimum 200 MPH rated wind velocity no ice, fiberglass radome, N type female connector or UHF female with supplied jumper UHF male to N type female, 22 each, Brand name Telewave ANT-150F2 or equal. LINE ITEM 02 is for consoles. a. Single line multi-function capable of DTMF front panel programming, with handset, AC/DC power, cloning ability, jumper programmable for two or four wire option, wall mount for 20. Shipped configured for two wire option, 34 each, Brand name Vega C-2000HS or equal. b. Multi-line (4) multi-function capable of DTMF front panel programming, with handset and desk top microphone, AD/DC power, cloning ability, VU meter, 24 hour clock, alpha display, jumper programmable for two or four wire option. Shipped configured for two wire option, 10 each, Brand name Vega C-1616-4 or equal. LINE ITEM 03 is for duplexers, Minimum of 80 db isolation at listed frequencies; connector N type female; 19” rack mount; four-cavity maximum. FIELD TUNABLE 150 TO 174 Mhz. a. VHF Base: Pass Reject configuration; Tx 166-565 Rx 173.7625, 4 each. b. VHF Repeater: Pass Reject configuration; Tx 173.7625 Rx 166.5625, 3 each. c. VHF Base: Pass Reject configuration; Tx 172.375 Rx 171.575, 3 each. d. VHF Repeater: Pass Reject configuration; Tx 171.575 Rx 172.375, 3 each. e. VHF Base: Pass Reject configuration; Tx 172.225 Rx 170.500, 2 each. f. VHF Repeater: Pass Reject configuration; Tx 170.500 Rx 172.225, 5 each. g. UHF Repeater: Pass Reject configuration; Tx 415.325 Rx 406.325, 1 each. h. UHF Repeater: Pass Reject configuration; Tx 415.575 Rx 406.575, 1 each. i. UHF Repeater: Pass Reject configuration; Tx 415.425 Rx 406.425, 1 each. j. UHF Repeater: Pass Reject configuration; Tx 415.3875 Rx 406.3875, 1 each. k. UHF Repeater: Pass Reject configuration: Tx 415.525 Rx 406.525, 1 each. Radio antennas, consoles, duplexers are to be delivered to Clearwater NF, 12730 Hwy 12, Orofino, Idaho, FOB destination. The Government will award a contract resulting from this quotation to the responsible offeror whose offer conforming to this quotation will be most advantageous to the Government, price and other factors considered. The following three factors shall be used to evaluate offers – technical capability of the item offered to meet the Government’s requirement, price, and delivery time. Pertinent portions of Clause 52.212-1 – Instructions to Offerors – Commercial Items are as follows: As a minimum offers must show (1) The solicitation number, (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any express warranty; (5) Price and any discount terms; (6) “Remit to” address, if different than mailing address; and (7) Confirmation of ability to meet delivery date of 30-45 days ARO or proposed delivery date. FAR clauses and provisions 52.212-1 (Instructions to Offerors-Commercial Items), 52.212-4 (Contract Terms and Conditions-Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items) apply to this acquisition and are incorporated by reference. FAR Clause 52.211-6 BRAND NAME OR EQUAL is incorporated by reference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20 dated 2/23/04. The clauses and provisions referenced in this quotation can be found in full text form at http://www.arnet.gov/far. Offerors are to include a completed copy of the provision at 52.212-3 (Offeror Representations and Certifications—Commercial Items), with its offer. Offers may be submitted by mail or fax to Clearwater National Forest, Attn: Bid Drawer, 12730 Hwy 12, Orofino, Idaho 83544 or fax 208-476-8288. For more information regarding this solicitation, please contact Connie Davis, 208-476-8379.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0276/RFQ-R1-5-04-22/listing.html)
 
Place of Performance
Address: 12730 Hwy 12 Orofino, ID 83544
Zip Code: 83544
Country: USA
 
Record
SN00543551-F 20040313/040312001804 (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.