Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

59 -- Radios and communication equipment

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q193
 
Response Due
6/30/2004
 
Archive Date
7/15/2004
 
Point of Contact
Ronald Hirtle, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227, - Ronald Hirtle, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227,
 
E-Mail Address
hirtler@orha.centcom.mil, hirtler@orha.centcom.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-0193, issued as a Request for Quotations (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23 and DFARS Change Notice 20040513. The associated NAICS code is 221112. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Communication Equipment all equipment to have 220 V chargers Delivery shall be 30 days after award to FOB Baghdad Airport. IRAQ Installation not later than 60 days Contractor to quote installation Quantity Description CLIN 001 300 HF radios Barrett 980 11000H2 CLIN 002 1000 Hand Held Radio Motorola CP200 09000L18 CLIN 003 1000 Li-ion battery for CP200 09000L18 CLIN 004 250 Motorola GP 340 33000G5a CLIN 005 10 single unit charger MDPMTN3032-GP340 33000G5a CLIN 006 40 6 slot charger GP series 33000G5a CLIN 007 420 Motorola GP 340 33000G5 CLIN 008 30 Single unit charger MDPMTN3032-GP340 33000G5 CLIN 009 65 6 slot charger GP series 33000G5 CLIN 010 3 50 ft Guiding Telescope Mast 33000G4a CLIN 011 3 MTR2000 repeater w/ accessories 33000G4a CLIN 012 5 50 ft Guiding Telescope Mast 33000G4 CLIN 013 5 MTR2000 repeater w/ accessories 33000G4 CLIN 014 10 Motorola GM160 33000G3a CLIN 015 10 Magnetic mount for GM160 33000G3a CLIN 016 92 Motorola GM160 33000G3 CLIN 017 92 Magnetic mount for GM160 33000G3 CLIN 018 25 Motorola GP340 33000G8 CLIN 019 2 Single unit charger MDPMTN3032-GP340 33000G8 CLIN 020 4 6 slot charger GP series 33000G8 CLIN 021 1 Base station GM 160 33000G8 CLIN 022 1 6 ft mast 33000G8 CLIN 023 1 50 ft Guiding Telescope Mast 33000G8 CLIN 024 1 MTR2000 repeater w/ accessories 33000G8 CLIN 025 35 Motorola GP340 33000G7 CLIN 026 5 Single unit charger MDPMTN3032-GP340 33000G7 CLIN 027 5 6 slot charger GP series 33000G7 CLIN 028 1 Base station GM 160 33000G7 CLIN 029 1 6 ft mast 33000G7 CLIN 030 1 50 ft Guiding Telescope Mast 33000G7 CLIN 031 1 MTR2000 repeater w/ accessories 33000G7 CLIN 032 3 Base station GM 160 33000G2a CLIN 033 3 6 ft mast 33000G2a CLIN 034 12 Base station GM 160 33000G2 CLIN 035 12 6 ft mast 33000G2 CLIN 036 13 Motorola GP340 33000G10 CLIN 037 1 single unit charger MDPMTN3032-GP340 33000G10 CLIN 038 2 6 slot charger GP series 33000G10 CLIN 039 1 Base station GM 160 33000G10 CLIN 040 1 6 ft mast 33000G10 CLIN 041 1 50 ft Guiding Telescope Mast 33000G10 CLIN 042 1 MTR2000 repeater w/ accessories 33000G10 CLIN 043 16 Motorola GP340 33000G9 CLIN 044 4 single unit charger MDPMTN3002-GP340 33000G9 CLIN 045 2 6 slot charger GP series 33000G9 CLIN 046 1 Base station GM 160 33000G9 CLIN 047 1 6 ft mast 33000G9 CLIN 048 1 50 ft Guiding Telescope Mast 33000G9 CLIN 049 1 MTR2000 repeater w/ accessories 33000G9 CLIN 050 250 Motorola GP340 33000G12 CLIN 051 10 single unit charger MDPMTN3002-GP340 33000G12 CLIN 052 40 6 slot charger GP series 33000G12 CLIN 053 3 Base station GM 160 33000G12 CLIN 054 3 6 ft mast 33000G12 CLIN 055 3 50 ft Guiding Telescope Mast 33000G12 CLIN 056 3 MTR2000 repeater w/ accessories & INSTALL 33000G12 CLIN 057 3 Base Station installation 33000G12 CLIN 058 10 Mobile installation 33000G12 CLIN 059 3 MGE UPS Sys 2.2 KVA 4-6 hr Back up 33000G12 CLIN 060 10 Base station GM 160 33000G12 CLIN 061 10 Magnetic mount for GM160 33000G12 CLIN 062 3 50 ft Guiding Telescope Mast 33000G12 CLIN 063 3 MTR2000 repeater w/ accessories 33000G12 CLIN 064 210 Motorola GP340 33000G11 CLIN 065 12 single unit charger MDPMTN3002-GP340 33000G11 CLIN 066 33 6 slot charger GP series 33000G11 CLIN 067 1 Base station GM 160 33000G11 CLIN 068 1 6 ft mast 33000G11 CLIN 069 1 50 ft Guiding Telescope Mast 33000G11 CLIN 070 1 MTR2000 repeater w/ accessories 33000G11 CLIN 071 20 Motorola GP340 33000G13 CLIN 072 2 6 slot charger GP series 33000G13 CLIN 073 6 single unit charger MDPMTN3002-GP340 33000G13 CLIN 074 7 Base station GM 160 33000G13 CLIN 075 7 Magnetic mount for GM160 33000G13 CLIN 076 1 MTR2000 repeater w/ accessories 33000G13 CLIN 077 1 Base station installation 33000G13 CLIN 078 500 batteries for Motorola GP340 33000G14 CLIN 079 3 MTR 2000 installation with mast 33000G1a CLIN 080 3 Base station installation 33000G1a CLIN 081 10 Mobile installation 33000G1a CLIN 082 3 MGE UPS Sys 2.2 KVA 4-6 back up ` 33000G1a CLIN 083 5 MTR 2000 installation with mast 33000G1 CLIN 084 12 Base station installation 33000G1 CLIN 085 92 mobile installation 33000G1 CLIN 086 5 MGE UPS Sys 2.2 KVA 4-6 back up 33000G1 Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are available at www.motorola.com Contractor to supply commercial product wherever possible,Contractor can bid a different manufacturer as long as the equipment is fully capable of interfacing with existing Motorola equipment The Contracting Officer will evaluate quotes on the basis of Price and Technical acceptability equally, also Past Performance and delivery Schedule will be factors of consideration.. The selection of a contractor for award will be based on the quality and specification strength in the area of the offered price and technical acceptability (offeror shall include detailed product description that highlights specifications and qualifications). Offerors are cautioned that unsupported promises to comply with the RFQ requirements will not be sufficient. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. The past performance and delivery will be considered, although of lesser importance than the price and technical elements of the proposal. Offerors should provide references for a minimum of three other contracts and/or subcontracts for items of similar scope. Projects cited and past performance references should be recent (within the last 3 years of the date of the quote). The references should be limited to a brief description of the service provided, together with client points of contact (include email address and phone number of references). Each offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. The record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the quote. Offerors should also discuss whether they will be able to comply with the delivery requirements. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 30 days ARO. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation-- Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows the proposed unit price for each line item, line item total amount, and a total offered proposal price; (2) Technical documentation featuring the salient characteristics of each line item that demonstrates they understand the specifications stated in the SOW; (3) Past Performance history with in the last three year that demonstrates the offerors ability to provide the required commercial items and meet required Delivery schedule; (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor Duns and Bradstreet (DUNS) number; (5) Contractor Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders--Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor Registration (NOV 2001); De-Ba-athification of Iraqi Society, Coalition Provisional Authority Order Number 1, dated 16 May 2003, subject: De-Ba-athification of Iraqi Society and the corresponding implementation plan and delegations of authority can be found at http://cpa-iraq.org. All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-1) no later than 5:00 P.M. (Baghdad Time) 30 JUNE 2004, to the following email address: john.mancini@cpa-iq.com, Attn: Contracting, Coalition Provisional Authority, Baghdad, Iraq and reference the RFQ solicitation number. Questions in regards to this quotation should be directed to John Mancini at email john.mancini@cpa-iq.com ; faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor Registration database (www.ccr.gov) prior to the award of any Government Contract.
 
Place of Performance
Address: Baghdad Iraq
Country: IRAQ
 
Record
SN00609845-W 20040626/040624212709 (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.