Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

58 -- LMR Equipment

Notice Date
5/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, P.O.Box 4037 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-4037
 
ZIP Code
83648-4037
 
Solicitation Number
F1OLMR41170900
 
Response Due
5/20/2004
 
Point of Contact
Travis Berrett, Commodities Contract Specialist, Phone 208-828-6470, Fax 208-828-2658, - Victor Martin JR, Contract Specialist, Phone 208-828-3120, Fax 208-828-2658,
 
E-Mail Address
travis.berrett@mountainhome.af.mil, Victor.Martin@mountainhome.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. RFQ F1OLMR41170900 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). http://www.ccr.gov This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractors responsibility to be familiar with applicable clauses and provisions. http://farsite.hill.af.mil/ This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 334220; Small Business Size Standard: 750. CLIN (0001) 1 Each KVL-3000 model# T6717, or Equal. CLIN (0002) 1 Each Astro 25 mode, Model# U239AC, or Equal. CLIN (0003) 1 Each ASN mode, Model# X795AH, or Equal. CLIN (0004) 1 Each DES/DES-XL/DES-OFB Encryption, Model# X423AE, or Equal. CLIN (0005) 1 Each Cable for RNC, DIU, MGEG, Model# C543, or Equal. CLIN (0006) 1 Each Keyload Cable, model# C724, or Equal. CLIN (0007) 1 Each 1200MAH High Capacity Battery, Model# NTN7395BR, or Equal. CLIN (0008) 1 Each 120v Rapid Dual Unit Charger-3 ST, Model# NTN1402, or Equal. CLIN (0009) 2 Each XTS5000 PGM USB, Model# RKN4105, or Equal. CLIN (0010) 2 Each XTS5000 PGM Serial, Model# RKN 4106, or Equal. CLIN (0011) 2 Each XTS3000 PGM Cable, model# RKN4046, or Equal. CLIN (0012) 1 Each Astro Saber PGM Cable, Model# RKN4035, or Equal. CLIN (0013) 2 Each Spectra Program Cable, Model# 30-80369B73, or Equal. CLIN (0014) 2 Each Spectra Adapter, Model# 30-80369B71, or Equal. CLIN (0015) 200 Each XTS5000 Antenna(red) Full VHF Spectrum, Model# NAD6563, or Equal. CLIN (0016) 300 Each XTS5000 Smart Battery for XTS5000, model# NTN8295BR, or Equal. CLIN (0017) 15 Each 6 Bay Conditioner for XTS3000/5000 Batteries w/adapters, Model# WPLN4079_R, or Equal. CLIN (0018) 45 Each SABER Pocket, Model# WPPN4087BR, or Equal. CLIN (0019) 45 Each XTS3000/5000 Pocket, Model# WPPN4086BR, or Equal. CLIN (0020) 10 Each 6 Bay Multi Charger for XTS3000/5000, Model# C543, or Equal. CLIN (0021) 1 Each AES Encryption, Model# CCA00182AA, or Equal. Suggested Source is Motorola. FOB: Destination for delivery to: 366 CS/SCML, Bldg 1509 Room 29, 390 Gunfigther Ave, Mountain Home AFB, ID 83648. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The provision at FAR 52.212-1 Instructions to Offerors—Commercial Items, applies to this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications – Commercial Items, with quote. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor—Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following provisions and clauses apply to this acquisition: FAR 52-211.6 Brand Name or Equal; FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b. – Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests, applies to this acquisition. All quotes must be emailed to TSgt Travis K. Berrett at travis.berrett@mountainhome.af.mil, or faxed to (208) 828-2658 with attention to TSgt Berrett. Quotes are required to be received no later than 16:30 MST, Thursday, 20 May 2004. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/366CONS/F1OLMR41170900/listing.html)
 
Place of Performance
Address: see item description
 
Record
SN00599035-F 20040606/040606114948 (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.