Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

70 -- Vocality Items for SMDC Battle Lab

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
 
ZIP Code
80916-2749
 
Solicitation Number
W91260-04-T-0011
 
Response Due
7/26/2004
 
Archive Date
9/24/2004
 
Point of Contact
George P Knowlton IV, 719-554-1967
 
E-Mail Address
Email your questions to US Army Space Command
(george.knowlton@arspace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement co nstitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote Number W91260-04-T-0011 and is a 100% Small Business Set-Aside. This solicitation document and i ncorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. Standard Industrial Classification number is 3663. NAICS number is 334220. Business Size Standard is 750 employees. DESCRIPTION: STORM Terminals and Vocality items for SMDC Battle Lab. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here an d applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities no later than 30 July 2004, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 000 1 through CLIN 0010. Offerors shall structure their proposal to include a price for: CLIN 0001 - V100 Versatile Multiplexer. Vocality P/N 68700 or equal. Qty: 4 Each. CLIN 0002 - Four (4) Channel Voice Card. Vocality P/N 68701 or equal. Qty: 4 Each. CLIN 0003 - STU Relay Card. Vocality P/N 68709 or equal. Qty: 4 Each. CLIN 0004 - ISDN European Terminal Adapter. Vocality P/N 68711SE or equal. Qty: 2 Each. CLIN 0005 - ISDN Terminal Adapter (USA/ST). Vocality P/N 68711SU or equal. Qty: 2 Each. CLIN 0006 - Supervisor Cable. Vocality P/N 68724-A or equal. Qty: 4 Each. CLIN 0007 - RS530 Straight Cable. Vocality P/N 68725A or equal. Qty: 4 Each. CLIN 0008 - Back to Back Cable. Vocality P/N 68726-A or equal. Qty: 2 Each. CLIN 0009 - 3 years Maintenance Support on Vocality products. Qty: 1 Lot CLIN 0010 - STORM GAN Terminal. Vocality or equal. Qty: 2 Each. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or servi ces not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the of feror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination no later than 30 July 2004 , which presumes contract award no later than 27 July 2004. Delivery/Acceptance point is HQ US Army Space and Command, SMDC-BL-WC, 2525 AVIATION WAY, Colorado Springs, Colorado 80916. Government workdays are between the hours of 0730 and 1630 MT. FAR provi sion 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 12:00 Noon, Mountain Time, 26 July 2004. Award is anticipated no later than 27 July 2004. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) All or None - Offerors must include a price in it's proposal for all items and/or quantiti es described in CLIN 0001 through CLIN 0010 above to be consi dered for award, (2) Technical Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (3) Delivery Schedule - ability to meet required delivery date; and (4) Total Proposed Price, inclusi ve of shipping costs and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products prop osed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to va lidate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is enc ouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy o f the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Condi tions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Vetera ns, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Prefe rence for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-CM-S, 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimi le or email, however, it is the responsibility of the Offeror to ensure receipt by the due date and time established for receipt of proposals - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are re ceived no later than 12:00 Noon, Mountain Time, 26 July 2004. The point of contact for all information regarding this acquisition is George P. Knowlton at (719) 554-1967, fax (719) 554-8405 or at e-mail george.knowlton@smdc-cs.army.mil.
 
Place of Performance
Address: US Army Space Command ATTN: SMDC-BL-WC, 2525 Aviation Way Colorado Springs CO
Zip Code: 80916
Country: US
 
Record
SN00627889-W 20040723/040721212619 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.