Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

58 -- PROCUREMENT OF MANPACK RADIO W/150 BASE STATION AND COUPLER SYSTEM

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060406T0039
 
Response Due
10/27/2005
 
Archive Date
11/27/2005
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor Hawaii intends to negotiate a sole source contract with Harris Corp utilizing FAR Part 13. Solicitation No. N00604-06-T-0039. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION will not be issued. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This synopsis/solicitation is being issued as a Request For Quotations (RFQ), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-03 and DFARS Change Notice 20050323. Quoters are required to submit a completed FAR 52.212-3 Representations and Certifications ? Commercial Items, and provide it as an attached document, with your quote. The Regional Contracting Department, Pearl Harbor, Hawaii intends to award a single, firm fixed price contract for RF 5800 Manpack radio w/150w base station and coupler system: ITEM 0001: 1ea RF-5800H MP026 Advanced HF-SSB/VHF FM; ITEM 0002 1ea RF-5833H PA001 power amplifier 150 watt, ITEM 0003 1ea 10497-5015-01 cable assy coaxial, ITEM 0004 1ea 10497 5036-01 cable assy audio, ITEM 0005 1ea 10515-0122-4200 RF5800H 150W V/B install, ITEM 0006 1ea 10535-0720 B17 cable assy, PA-RT, ITEM 0007 1ea 10181-9833-004 cable assy, 125w/150w PA DC, ITEM 0008 1ea 10181-9831-009 9ft cable assy ac power, ITEM 0009 1ea 10497-0850-03 stack brkt kit assy, ITEM 0010 1ea RF5382H-CU001 150watt HF fast tune antenna coupler, ITEM 0011 1ea 12020-1460-A150 cable assy PA to coupler, ITEM 0012 1ea 10181-9824-150 coaxial cable M17/74-RG-213 assy M17/74 RC213 cable w/connectors. Quotes shall be FOB destination Camp Smith, H I 96861. Delivery by 21st November 2005. The FSC code is 3663. The NAICS code for this procurement is 334220 and 750 employees. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. Also applicable to this requirement are clauses FAR 52.212-4 Contract Terms and Conditions?Commercial Items. The offeror shall provide the information! required in FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, includes the following clauses incorporated by reference: FAR 52.212-19 Child Labor?Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.212-26 Equal Opportunity (E.O. 11246), FAR 52.22-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). Other applicable clauses include FAR 52.215-5 Facsimile Proposals, FAR DFARS 252.212-7001 Contract Terms and Conditions Required to Implement St atutes or Executive Order Applicable to Defense Acquisition of Commercial Items. The following clauses also apply DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.212-7001 Contract terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items. Under this clause, the following is incorporated by reference: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a- 10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631). These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.mil/dpap/dfars/index.htm REVIEW OF AGENCY PROTEST (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33. 103 (d). (b) Pursuant to FAR 33. 103 (d) (4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting Officer?s decision would not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. Any prospective quoter interested in submitting a proposal for this solicitation shall include name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. PROPOSALS SHOULD SUPPLY AN E-MAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at http://www.dtic.mil/whs/directives/infomgt/forms/formsprogram.htm. THE COMPLETED REPRESENTATIONS AND CERTIFICATIONS CLAUSE FAR 52.212-3 MUST ACCOMPANY YOUR QUOTE. Proposals shall be emailed to josefina.martinez@navy.mil no later than 10:00 am, Hawaii Standard Time, 27th October 2005. Facsimile proposals will be accepted at (808) 473-5750.
 
Record
SN00918729-W 20051022/051020212249 (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.