Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

58 -- Land Mobile Radios

Notice Date
9/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
Reference-Number-F1726A42390300
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Small Business Set-Aside
Total Small Business
 
Description
(i)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. (ii) RFQ F1726A42390300 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). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as [100% Small Business Set-Aside]. North American Industrial Classification Standard: 335999; Small Business Size Standard: 500. (v) All Part Numbers are Manufacturer Numbers. CLIN (0001) 20 Each VHF, 5W, 136-174MHz, DTMF Keypad, Part# 5117, or Equal. CLIN (0002) 20 Each Antenna-VHF 136-174(VHF Wideband), Part# P51A6, or Equal. CLIN (0003) 20 Each Black Housing, Part# P51H0, or Equal. CLIN (0004) 20 Each Digital 25 CAI(Common Air Interface), Part# P51P02, or Equal. CLIN (0005) 20 Each Project 25 Trunking (Includes P51S1 SMARTNET, P51S2 SMARTZONE, and P51S0 Conventional enabled), Part# P51S3, or Equal. CLIN (0006) 20 Each Encryption-DES/DES-XLDES-OFB/AES (Includes Hardware and Multi-key), Part# P51S10, or Equal. CLIN (0007) 20 Each Project 25 OTAR Conventional/Trunking, Part# P51S11, or Equal. CLIN (0008) 20 Each One Year Extended Warranty, Part# 299-0045-017, or Equal. CLIN (0009) 3 Each VHF 50W, 136-174 MHz, Part# 5317 or Equal. CLIN (0010) 3 Each Dash-Mount Control Head, Part# M53D1, or Equal. CLIN (0011) 3 Each Project 25 Digital CAI, Part# M53P2, or Equal. CLIN (0012) 3 Project 25 Trunking (Includes M53S1 SMARTNET, M53S2 SMARTZONE and M5320 Conventional enabled), Part# M53S3, or Equal. CLIN (0013) 3 Each DES/DES-XL/P25 DES-OFB/AES Encryption, Part# M53S10, or Equal. CLIN (0014) 3 Each Project 25 OTAR Conventional and Trunking, Part# M53S11, or Equal. CLIN (0015) 3 Each One Year Extended Warranty, Part# 299-0045-016, or Equal. CLIN (0016) 1 Each PC Configure Programming Kit (software, cable; 023-5100-920, manual on CD), Part# 250-5100-003, or Equal. (vii) FOB: Destination for delivery to: 726 ACS/SCMG, 84 Bomber Rd, Bldg 1788, Mountain Home AFB, ID 83648. (Delivery is 30 Days ARO) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirments and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) 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. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) 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. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; 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 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 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; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 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. (xiv) All quotes must be emailed to Lt Leong at David.Leong@mountainhome.af.mil, or faxed to (208) 828-2658 with attention to Lt Leong. Quotes are required to be received no later than 16:30 MST, Monday, 20 Sept 2004.
 
Place of Performance
Address: 726 ACS/SCMG, 84 Bomber Road, Bldg 1788, Mountain Home, ID
Zip Code: 83648
Country: USA
 
Record
SN00673879-W 20040917/040915212001 (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.