Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

D -- High Gain Folding Antenna Systems

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Telecommunications Contracts and Audit Unit/PPMS, 14800 Conference Center Drive, Suite 202, Chantilly, VA, 20151
 
ZIP Code
20151
 
Solicitation Number
RFQ-E000705
 
Response Due
5/17/2005
 
Archive Date
6/1/2005
 
Small Business Set-Aside
Total Small Business
 
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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number RFQ-E000705 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification (NAIC) is 334220 and the small business size standard is 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. The Business Opportunities website http://fedbizopps.gov . The site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price ? One Time Buy contract for a Brand Name or Equal product. The Government?s requirement is for the following items: Twenty Two (22 each) Trivec-Avant Corporation AV-2090-10B dual function, high gain, folding antenna systems. In order to be considered, non Trivec-Avant products must be of the same relative size (shipping configuration and deployed for operation) and weight. Competitive units must be capable of providing high angle omni-directional SATCOM between the frequencies of 225-400 Mhz and low angle omni-directional SATCOM or Line-of-sight simultaneously. Polarization must be right hand circular in high angle mode and vertical/linear in low angle mode. Antenna must be capable of handling 100 watts in either mode without adverse effect. Antenna must provide a minimum of 6dB of gain in high angle mode and 3dB in low angle mode. Antenna must have magnetic base capable of holding the antenna securely in place atop a vehicle being operated at United States highway speeds in the deployed configuration. Antennas must be sufficiently impervious to environmental conditions to operate world-wide while exposed for extended periods without adverse effects. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked, the vendor is proposing an equal product, the offered item shall be considered the brand name product as referenced in this announcement. If proposing an ?or equal? product, the vendor shall submit detailed specifications with their proposal for evaluation purposes. The Standard Commercial Warranty is one year. FOB: Destination, FBI, ERF Bldg., Quantico, VA 22135. If offering an ?equal? product, the brand name of the product furnished shall be clearly identified on the proposal. The evaluation of each proposal and the determination as to the equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the proposal and responsible to the purchasing activity. Proposals will be evaluated and an award will be made no later than 05/17/05. The following FAR clauses and provisions apply to this acquisition: 52.211-6 Brand Name or Equal (AUG 1999). 52.212.1 Instructions to Offerors - Commercial Items (JAN 2005). 52.212-2 Evaluation - Commercial Items (JAN 1999). The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals, price, technical capability, and past performance. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar equipment and service. 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2005). 52.219-1 Small Business Program Representations (MAY 2004). (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is ________________ [insert NAICS code]. (2) The small business size standard is _____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations.(1) The offeror represents as part of its offer that it o is, o is not a small business concern.(2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it __ is, __ is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it __is, __is not a women-owned small business concern. (4) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it __is, __is not a veteran-owned small business concern. (5) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.] The offeror represents as part of its offer that it __is, __is not a service-disabled veteran-owned small business concern. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that? (i) It __is, __is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It __is, __is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: __________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision? ?Service-disabled veteran-owned small business concern?? (1) Means a small business concern? (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) ?Service-disabled veteran? means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). ?Small business concern? means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. ?Veteran-owned small business concern? means a small business concern? (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. ?Women-owned small business concern? means a small business concern? (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 1 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm?s status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall? (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003). 52.219-8 Utilization of Small Business Concerns (MAY 2004). 52.219-19 Small Business Concern Representation for the Small Business Competitiveness Demonstration Program (OCT 2000). 52.219-21 Small Business Size Representation for Targeted Industry Categories under the Small Business Competitiveness Demonstration Program (MAY 1999). Offeror?s number of employees for the past 12 months (check this column if size standard stated in solicitation is expressed in terms of number of employees) or Offeror?s average annual gross revenue for the last 3 fiscal years (check this column if size standard stated in solicitation is expressed in terms of annual receipts). (Check one of the following.) No. of Employees. Avg. Annual Gross Revenues ___50 or fewer ___$1 million or less ___51 ? 100 ___$1,000,000 - $2 million ___101 ? 250 ___$2,000,001 - $3.5 million ___251 ? 500 ___$3,500,001 - $5 million ___501 ? 750 ___$5,000,001 - $10 million ___751 ? 1,000 ___$10,000,001 - $17 million ___Over 1,000 ___Over $17 million (End of provision)52.225-1 Buy American Act ? Supplies (JUN 2003). 52.225-2 Buy American Act Certificate (JUN 2003). 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (OCT 2003). 52.242-13 Bankruptcy (JUL 1995). 52.249-2 Termination for Convenience of the Government (Fixed-Price) (MAY 2004). In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury web site address http://www.ustreas.gov/forms.html. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration?s (GSA?s) Federal Acquisition Regulation web site at Internet address http://www.arnet.gov/far. All responsible sources may submit a proposal which shall be considered if received within the specified due date. Two (2) copies of a signed and dated proposal must be submitted to the FBI, 14800 Conference Center Drive, Suite 202, Chantilly, Virginia, 20151, no later that 4:00 PM Eastern Standard Time (EST), 05/03/05. All proposals must be submitted in hard copy. No Faxed proposals will be accepted. For information regarding this solicitation, contact Ms. Tracie L. Davidon at (703) 814-4722 between the hours of 8:00 AM and 4:30 PM EST, Monday through Friday. The proposal number RFQ-E000705 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
 
Place of Performance
Address: FBI, ERF Building, Quantico, Virginia
Zip Code: 22135
Country: USA
 
Record
SN00790920-W 20050421/050419211852 (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.