Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2004 FBO #0948
SOLICITATION NOTICE

58 -- Motorola VHF Equipment or Equal

Notice Date
6/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
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-Q-0194
 
Response Due
7/15/2004
 
Archive Date
7/30/2004
 
Point of Contact
Walter Walter, Contract Specialist, Phone 703-343-9218, - Richard Nalwasky, Contracting Officer, Phone 703-343-9218,
 
E-Mail Address
walter.walter@cpa-iq.org, richard.nalwasky@cpa-iq.org
 
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-0194, is issued as a Request for Quotation (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 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 517212. The Project and Contracting Office (PCO), Baghdad, Iraq has a requirement for Motorola Brand Name or Equal VHF Equipment. All Contract Line Items (CLINs) have a desired delivery time of 90 days ARO and a required delivery time of 120 days ARO in accordance with FAR 52.211-9, Desired and Required Time of Delivery listed below. Delivery will be FOB Destination on 1 August 2004 and all costs associated with shipping will be included in the price toPort of Umm Qasser. The successful offeror will be issued a customs levy exemption certificate but must make all arrangements for delivery. Description and specification requirements: CLIN 0001 ? Motorola Repeater GR500, VHF 136-174 MHz (housing, fan,wiring) Two Radios GM160, 45W, VHF, VHF Duplexer, ZR310, 50M LCF12-50J cable 1/2", 2 connector cables 1/2", 2 VHF Rod Antenna or Equal, 3 Ea., $_______, Total $_______. CLIN 0002 - Motorola Radio P040, VHF 136-174 MHz, 16 Channel, 5W, Standard Battery, Antenna, Belt Clip, User Manual (English/Arabic) or Equal, 55 Ea., $__________, Total $____________. CLIN 0003 - Motorola Radio GP340, VHF 136-174 MHz, 16 Channel, 5W, Standard Battery, Antenna, Belt Clip, User Manual (English/Arabic) or Equal, 30 Ea., $__________, Total $_____________. CLIN 0004 - Motorola Radio GP 344, VHF 136-174 MHz, 16 Channel, 5W, Standard Battery, Antenna, Belt clip, User Manual (English/Arabic) or Equal, 40 Ea. $____________, Total $______________. CLIN 0005 - Motorola Radio, GP344, VHF 136-174 MHz, 128 Channel, 45W, Magnetic Antenna, User Manual (English/Arabic) or Equal, 20 Ea., $_______, Total $________. CLIN 0006 - Motorola Base station Kit, GM 160, 45W, 18 Channel, Power Supply, Desk Mic, Desk tray, 80mt cable 1/2", 2 connectors 1/2", 2 jumper cables, Antenna Base VHF or Equal, 15 Ea., $____________, Total $______________. CLIN 0007 - Multi-Charger for GP340 or Equal, 1 Ea., $________. CLIN 0008 - Single Charger for P040 or Equal, 15 Ea., $________, Total $_________. CLIN 0009 - Single Charger for GP340 or Equal, 5 Ea., $_______, Total $__________. CLIN 0010 - Extra Battery for P040 or Equal, 60 Ea., $_________, Total $___________. CLIN 0011 - Extra Battery for GP340 or Equal, 20 Ea., $________, Total $__________. CLIN 0012 - Spare Antenna for P040 or Equal, 10 Ea., $_________, Total $__________. CLIN 0013 - Spare Antenna for GP340 or Equal, 5 Ea., $_________, Total $_________. CLIN 0014 - Omni Directional Antenna BA-1312 or Equal, 5 Ea., $____________, Total $__________. CLIN 0015 - Mounting Angle Brackets 3x2 clips (Local ), 5 Ea., $_________, Total $___________. CLIN 0016 - Magnetic Mount Antenna, 20 Ea., $__________, Total $____________. CLIN 0017 - 1/2" Coax Cable, 1000 Meters., $____________. CLIN 0018 - Cell Flex 1/2" Coax Connectors or Equal, 30 Ea., $________, Total $___________. CLIN 0019 - Software to program GP340 (Cd & Programming Cable) or Equal, 1 Ea., $__________. CLIN 0020 - Coax Connectors, 1/2", 1 Ea., $____________. CLIN 0021 - Motorola Reprogramming of Radios or Equal, 1 Ea., $______________. CLIN 0022 - Installation of Equipment, 1 Lot, $____________. The provision, 52.211-6 Brand Name or Equal, is hereby included: BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors?Commercial Items, as well as the following instructions: Offerors shall submit information on their past performance in like or similar acquisitions in the last three years. Offerors will provide no more than two pages of past performance information. Each instance of relevant past performance shall include the contract number and/or delivery order number, contract type, contract value, whether competitive or sole source, description of work, and customer point of contact including e-mail address and telephone number. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) a price proposal in US Dollars which shows the proposed unit price for each line item, the extended total price for each line item, and the total overall price for all contract line items; (2) supporting information or product literature/specifications for the proposed items that demonstrates a clear understanding of the specifications stated in the CLINs; (3) a 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?s Duns and Bradstreet (DUNS) number; (5) Contractor?s 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. Note: Contractors must be registered in the Central Contractor?s Registration database in order to receive payment, should they receive a Government contract award! The Contracting Officer will evaluate quotes on the basis of technical (capability of the item offered to meet the specifications listed above), price and past performance; technical ability is more important than past performance and price. The selection of a contractor for award will be based on the specification strength and quality in the area of the offeror?s technical proposal. Offerors shall include a detailed product description that highlights specifications and quality. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. Past Performance and Price are of equal importance. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery by 1 August 2004. Acceptance will be by the Port of Umm Wasser, Attn: Mr. Tom Wakeman (Grid Coordinates: N30.03.565/E047.55.419). The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002) as augmented by the Department of Defense FAR Supplement (DFARS); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002), to include the following subparagraphs--FAR 52.222-3 Convict Labor (AUG 1996); 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 52.233-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); and 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 (found at http://cpa-iraq.org). All interested, responsible firms may submit quotes (applicable documentation must be in accordance with FAR 52.212-1 and 52.212-2 listed above) which must be received no later than 5:00 P.M. (Baghdad Time), 20 June, 2004 at the following email address: walter.walter@cpa-iq.org. Franked mail must be delivered to: Republican Presidential Palace, Attn: Contracting, Coalition Provisional Authority, Rm. S-106A, Baghdad, Iraq, APO AE 09316. Timely delivery of mailed proposals is the sole responsibility of the Offeror. Compressed (e.g., zip) or executable files (e.g., exe) are not permitted! Offers based on Irrevocable Letters of Credit (L/C) will be considered non-responsive. Questions regarding this quotation should be directed to Mr. Stephen Walter at email walter.walter@cpa-iq.org; 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.
 
Place of Performance
Address: Port of Umm Qasser
Country: Iraq
 
Record
SN00612378-W 20040701/040629212729 (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.