Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2004 FBO #0887
SOLICITATION NOTICE

25 -- Vehicle Mountable Communication Packages, 60 each

Notice Date
4/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
517510 — Cable and Other Program Distribution
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-04-QZ0001
 
Response Due
5/5/2004
 
Archive Date
5/19/2004
 
Point of Contact
Tina Lopez, Contract Specialist, Phone 813 828 7063, Fax 813 828 7504, - Susan Griffin, Contracting Officer, Phone 813-828-7411, Fax 813-828-7504,
 
E-Mail Address
lopezt@socom.mil, griffi1@socom.mil
 
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; proposals are being requested and a written solicitation will not be issued. The United States Special Operations Command, Directorate of Procurement has a potential requirement to purchase a minimum quantity of 60 militarized commercial off-the-shelf (COTS), Vehicle Mountable Communication Packages for supplied SOF unique AN/PRC-148(V1) and (V2) handheld radios and AN/PSC-5D man pack radios with associated manuals. Each package or system shall meet standing interoperability and compatability requirements. In specific, all associative radio hardware must meet certification for DAMA use. Each package shall include the following: 1 ea. 10.75 ? 33.0 VDC Power Supply (Tempest filtered) with Amp control port (which must be clipped onto rear of AN/PSC-5D due design constraints) is required to specifically support AN/PSC-5D signaling to a high power amplifier. 1 ea. High Power Amplifier (30 watts AM, 100 watts FM, and 125 watts SATCOM DAMA certified with AN/PSC-5D) with associated Shock Mount which will lock the power amplifier into position disallowing movement inside vehicle. 1 ea. Pre-Amplifier, DAMA with line of sight bypass, compatible with AN/PSC-5D and associated high power amplifier for minimizing noise from out of band signals. 1 ea. Lightweight UHF DAMA Satcom Antenna, magnetic base required, will be used on the vehicle and be able to be quickly dismounted from the vehicle for man pack ?on the move? use. 1 ea. 9 ft, 28 VDC, primary power cable with right angle connection, supplying primary power to the high power amplifier. Cable must be pinned and compatible with the high power amplifier external connections. 1 ea. 7.5 ft, 28 VDC primary power cable supplying primary power to the power supply which supplies power to the AN/PSC-5D radio. Cable must be pinned and compatible with the power supply and the AN/PSC-5D radio. 1 ea. 4 ft., high power amplifier control cable, supplies PA control signal from AN/PSC-5D radio, through the power supply, to the high power amplifier. Cable must be pinned and compatible with the AN/PSC-5D radio, associative power supply and high power amplifier. 1 ea. 4 ft AN/PSC-5D radio to high power amplifier coaxial cable. Pinned and compatible with the AN/PSC-5D and associative high power amplifier. 1ea. 15ft, Pre-Amplifier power/control cable for use to connect power and signal between pre amplifier, high power amplifier and a designated antenna select switch. 1 ea., 22ft, high power amplifier to antenna coaxial cable linking high power amplifier with SATCOM pre-amplifier. 1 ea. AN/PRC-148 Vehicle Adapter. Vehicle Adapter acts as a 20 watt power amplifier for the AN/PRC-148 handheld radio once inserted. This procurement will be accomplished using full and open competition procedures for Commercial Off-The-Shelf items. A list of contract line item number(s) and items, quantities and units of measure Date(s) and place(s) of delivery and acceptance and FOB point The Government desired delivery date is 12 May 2004. Place of Delivery and Acceptance and FOB point is: DODAAC W90CGJ Transportation Officer Attn: Steve Burkett, DSN 570-5738 Letterkenny Army Depot 1 Overcash Avenue Chambersburg, PA 17201-4150. The following provisions and clauses are applicable to this acquisition and in effect through Federal Acquisition Circular Fac 2001-22, Effective 05 Apr 2004 . Offeors shall review the full text version of these provisions and clauses and submit required information with their offers. 52.212-1 --Instructions to Offerors -- Commercial Items (Jan. 2004) (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on electronically or on letterhead stationery to include the minimum information required by this provision. Offers are due by close of business, 4:30 pm (eastern standard time) on 5 May 2004. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) 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. The following factors shall be used to evaluate offers: (i) Technical capability, (ii) Past Performance, (iii) price (iv) delivery. Technical and past performance, when combined, are equally as important as price. However, offers containing a delivery schedule of all sixty (60) vehicle communication packages within the Government?s desired delivery schedule will be favorably rated higher over offers reflecting a later delivery schedule. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jan 2004). (a) Offerors are advised to include a completed copy of this provision with its offer. 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct. 2003). The following DFARs provision and clauses are hereby applicable to this commercial acquistion. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (JAN 2004).(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402).52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)).52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246).52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793).52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212).52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332).(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793).(v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.)(vi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64,(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. As prescribed in 212.301(f)(iii), use the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2004) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 52.203-3Gratuities (APR 1984) (10 U.S.C. 2207) 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637). 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003) (10 U.S.C. 2533a). 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JAN 2004) Alternate I (JAN 2004) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (APR 2003) (10 U.S.C. 2533a). 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (Alternate I) (MAR 2000) 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024 Notification of Transportation of Supplies by Sea.The following USSOCOM Far Sup clause is applicable to this solicitation: 5652.209-9003 Use of Contractor Support/Advisory Personnel as Contract Specialists (2003) Section H. The offeror?s attention is directed to the fact the contractor personnel will assist the Government in a contract specialist role for solicitation issuance, proposal receipt, and evaluation/analysis. Submission of proposals in response to the solicitation constitutes approval to release the proposal to Government Support Contractors who have signed Non-Disclosure and Rules of Conduct/Conflict of Interest Statements.
 
Place of Performance
Address: DODAAC W90CGJ Transportation Officer Attn: Steve Burkett, DSN 570-5738 Letterkenny Army Depot 1 Overcash Avenue Chambersburg, PA
Zip Code: 17201-4150
Country: USA
 
Record
SN00577140-W 20040501/040429212723 (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.