Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2005 FBO #1188
SOLICITATION NOTICE

58 -- PURCHASE OF UPS BATTERIES; INSTALLATION OF RADIOS IN VEHICLES AND BASE STATION

Notice Date
2/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street Suite 100, Carswell ARB, NAS JRB FT Worth, TX, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
Reference-Number-F5A3CF5049A100
 
Response Due
3/14/2005
 
Archive Date
3/29/2005
 
Description
The 301st Operational Contracting Office at NAS JRB (Carswell Field) Fort Worth TX intends to award a purchase/delivery order under Simplified Acquisition Procedures (SAP) for the purchase of Trunked Land Mobile Radio equipment, services to install this equipment and to remove some equipment that will be removed as part of this project.. Only bids on Motorola brand items/service will be accepted, as we currently have a TLMR Trunk Maintenance contract In place and it would be null and void if we used any other company?s supplies and services. GSA pricing is requested and encouraged. (1) Purchase of thirty-six (36) each Uninterrupted Power Supply (UPS) batteries 12 volt 40 ha ? (current UPS system is BEST Unity/I Model #320. Current batteries are CSB 12 volt 40 hour amp sealed acid core, 6-1/2? W x 6-1/2? D x 7-3/4? H. Manf. is CSB battery Co.,Inc.). These will need to be installed in Bldg 1730 and the 36 batteries in use now will need to be removed and disposed of in a way consistent with EPA, state and local hazardous waste regulations. (2) The 301st Fighter Wing owns 16 Spectra or XTL 5000 vehicle radios. Requirement is for all 16 vehicle installations to include six (6) conventional radio and antenna removals. The vehicles will vary between vans and pickup trucks. Include in the cost of this installation all parts, labor and transportation required. The 301st Fighter Wing owns 8 separate base station radios that need installation. Government will provide all parts or will purchase the required parts prior to installation. We are requesting rf cable, required rf fittings, connectors and polyphazers, and grounds, at all sites. The base stations installations will be as follows: a) POL/Fuels Bldg 1101 2 each radios. This location already has an approx. 200 fr RF line to a 70 foot tower that can be re-utilized ? one new line will be required; b) Trans Bldg 1191, 1 each radio; MXG Brk Room Bldg 1655 1 each radio; AMXS Flav Shop, Bldg 1649 1 each radio; AGE Hangar, Bldg 1602 1 each radio; Fuel Barn, Bldg 1656, 1 each radio; MUNS Control, Bldg 3355, 1 each radio; for the 1 each radio sites, antennas can be roof mounted approximately 50 ft run. c) Wing Plans Bldg 1654 ? just ground and add polyphazers to the existing line. . This is a combined Synopsis/Solicitation for commercial items/services prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The Purchase Request Nuber is F5A3CF5049A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13. This solicitation is for full and open competition. The North American Industry Classification System (NAICS) code is 334220, size standard is 750 employees. The contractor shall provide the following, which are mandatory minimum system requirements for the subject purpose: Offerors must show: (1) the solicitation or reference number; (2) the time specified in the solicitation for receipt of offers; (3) the name, address, and telephone number of the offeror; (4) price and discount terms (quote FOB Destination); (5) Remit To address, if different than the mailing address; (6) warranty information; (7) Estimated delivery date; (8) the offeror shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database; (9) acknowledgement of solicitation amendments, if any, for acceptance of offers. The offeror agrees to hold the prices in its offer for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The required delivery date for offers is 14 March 2005. Contractor shall provide all materials, labor and transportation necessary to complete this requirement. The following provisions and clauses can be viewed through internet access at the Air Force FAR site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference:FAR 52-212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following: the terms of any expressed warranty, price , and any discounts, and delivery times; FAR 52-212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: best value to the Government and delivery date. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL PROOF OF UP-TO-DATE ELECTRONIC REGISTRATION OF ON-LINE REPRESENTATIONS AND CERTIFICERTIFICATIONS APPLICATION (ORCA) AND SAME FOR UP-T0-DATE REGISTRATION IN CENTRAL CONTRACTOR REGISTRATION (CCR). FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (JUN 1998); FAR 52.222-26, Equal Opportunity (Deviation) (APR 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination (NOV 1991). Also apply DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. As prescribed in DFARS 252-212-7001, the following clauses are applicable: 252.225-7001, Buy American Act Balance of Payments Program and 252.225-7036. Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; DFARS 252.232-7009, Payment by Electronic Fund Transfer (JUN 1998). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contractor Registration (CCR); and ON-LINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA). If not already registered, you should immediately register the CCR via the internet at: https://www.bpn.gov/CCR/scripts/index.html and ORCA via the internet at http://orca.bpn.gov. Confirmation of both must be obtained before an award can be made. Offers must be sent in writing/fax to Colleen Schondel ? Contract Specialist, no later than 4:00 P.M. (CST) on 14 MAR 2005 to 301st Operational Contracting, 301 CONF/LGC, 1710 Burke Avenue, Suite 1, NAS JRB (Carswell Field) Fort Worth TX 76127 or FAX to (817)782-5371. Offers also accepted by email at colleen.schondel@carswell.af.mil . For more information or any questions email me at the above-mentioned email address or call me at (817)-782-7315 x239.
 
Place of Performance
Address: 301st Fighter Wing, Bldg 1730 and vehicles, Naval Air Station Joint Reserve Base, Fort Worth, Texas
Zip Code: 76127
Country: United States
 
Record
SN00757755-W 20050226/050224212211 (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.