Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2005 FBO #1427
SOLICITATION NOTICE

70 -- TDC Stations (Land Mobile Radios, Repeaters, Base Stations, and Accessories)

Notice Date
10/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TH), 3375 Koapaka Street, Suite B225, Honolulu, HI, 96819
 
ZIP Code
96819
 
Solicitation Number
IC090B
 
Response Due
10/31/2005
 
Archive Date
11/15/2005
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items and FAR 13.5 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation. Written proposals are required and a written solicitation will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation Number 9T5HBSIC090B is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisition Circular 2005-01. The applicable NAICS code is 334220 and the small business size standard is 750 employees. This is an unrestricted requirement; all responsible sources may submit a quotation which shall be considered by the agency. 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. A single award will be made to the lowest priced, technically acceptable quote. The resulting award is intended to be a firm fixed price contract for the following Motorola (sole source manufactured) items: CLIN A001: # 5985-01-342-8778 - Carry Mast with Support Kit ( Qty. 7); CLIN A002: # RKN4106 - Programming and Test Cable, XTS5000 ? Serial (Qty. 2); CLIN A003: # RKN4105 - Programming and Test Cable, XTS5000 ? USB (Qty. 2); CLIN A004: # 30-80369B73 - Programming and Test Cable, Astro Spectra Plus (Qty. 2); CLIN A005: #RVN4186 - Programming Software - RSS - XTS5000 Portable/Mobile (Qty. 2); CLIN A006: # RLN1015D RIB - Smart Radio Interface Box (Qty. 2); CLIN A007 - # 30-80390B48 - SRIB to Computer Cable (Qty. 2); CLIN A008: # 01-80302E27 - SRIB Power Supply 120V (Qty. 2); CLIN A009: # RKN4035A - RIB to Radio XTS3000 Cable (Qty. 2); CLIN A010: # RKN4047A - SRIB to Mobile (Qty. 2); CLIN A011: # RVN-5002 - Repeater Software (Qty. 2); CLIN A012: # NTN7395 - Battery, High Capacity (Qty 3); CLIN A013: # NTN1403 - Charger, 220V Dual Unit Desktop (Qty. 2); CLIN A014: # RVN-4100 - XTS3000 Software (Qty. 2); CLIN A015: # CF-29FTKGZKM - CF-29 Toughbook (Wireless Disabled) (Qty. 1); CLIN A016: CF-VDR282U - CD-RW/DVD Drive (Qty.1); CLIN A017: WPLN1088BR - Smart Charger, 110/220V Multi-Unit Rapid with 110V Cord - 6 slots (Qty. 20); CLIN A018: # 8145-00-485-8256 - Deployable Plastic Case (Qty. 1); CLIN B001: # R2670B - Radio Systems Analyzer (Qty. 2); CLIN B002: # RLN4497A - Asto Digital Option (Qty. 2); CLIN B003: #CM701 - Hardware Option (Qty. 2); CLIN B004: # CM711 - Securenet Option (Qty. 2); CLIN B005: # CM713 - APCO Compliant IMBE (Qty. 2); CLIN B006: # CM706 - DES, DES-XL, DES-OFB Encryption Algorithms (Qty. 2); CLIN B007: # 30-P30984C007 - Keyload Cable - XTS3000 (Qty. 2); CLIN B008: # RPN4000A - Battery Pack (Qty. 2); CLIN B009: # WPLN1088BR - Smart Charger, 110/220V Multi-Unit Rapid with 110V Cord - 6 slots (Qty. 30); CLIN B010: # WPLN4111AR - Smart Charger, 110/220V Multi-Unit Rapid with 110V Cord - 1 slot (Qty. 25); CLIN B011 - NTN9862A - Battery, Lithium Extended Life 2000 MAH smart (Qty. 70); CLIN C001: # 5985-01-342-8778 - Carry Mast with Support Kit (Qty. 7); CLIN D001: # R2670B - Radio Systems Analyzer (Qty. 2); CLIN D002: # RLN4497A - Asto Digital Option (Qty. 2); CLIN D003: # CM701 - Hardware Option (Qty. 2); CLIN D004: CM711 - Securenet Option (Qty. 2); CLIN D005: # CM713 - APCO Compliant IMBE (Qty. 2); CLIN D006: # CM706 - DES, DES-XL, DES-OFB Encryption Algorithms (Qty. 2); CLIN D007: # 30-P30984C007 - Keyload Cable - XTS3000 (Qty. 2); CLIN D008: # RPN4000A - Battery Pack (Qty. 2): CLIN D009: # CF-29FTKGZKM - CF-29 Toughbook (Wireless Disabled) (Qty. 20); CLIN D010: # 5985-01-342-8778 - Carry Mast with Support Kit (Qty. 7); CLIN D011: BA1012-0 - Base Station Antennas 118Mhz-174MHhs (Qty. 15): CLIN D012: # BA1010-1 - Repeater Antenna 146MHz-164MHz (Qty. 2); CLIN D013: #WPLN4111AR - Smart Charger, 110/220V Multi-Unit Rapid with 110V Cord - 1 slot (Qty. 10); CLIN D014: # WPLN1088BR - Smart Charger, 110/220V Multi-Unit Rapid with 110V Cord - 6 slots (Qty. 14). Delivery will be FOB destination to the following addresses: All CLIN #s starting with ?A? shall be shipped to: Eielson AFB, 354th Communications Squadron, 2543 Wabash Ave., Eielson AFB, AK 99702; All CLIN #s starting with ?B? shall be shipped to: Elmendorf AFB, 3rd Communications Squadron, 7265 Gibson Ave., Elmendorf AFB, AK 99506; All CLIN #s starting with a ?C? shall be delivered to: Kadena AFB, 18th Communications Squadron, 18 CS/SCMT, Unit 5149 Bldg. 3628, APO AP 96368; and all CLIN #s starting with ?D? shall be delivered to: Misawa AFB, 35th Communications Squadron, 35 CS/SCM, Unit 50520, APO AP 96319-5020. Proposals may be deemed unacceptable when submitted on a basis other than FOB Destination. Inspection and acceptance of delivered items shall be done by designated POCs at each installation. Delivery date for all items is within 120 days from the date of award. The provision at FAR 52.212-1, Instructions to Offeror-Commercial applies with the following addendum: Paragraph (h) Multiple Awards: Delete entire paragraph and insert single award. The Government plans to award a single contract resulting from this solicitation. FAR 52.212-2, Evaluation of Commercial Items applies. The following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price all CLINs. In the event the unit price(s) and extended price(s) are ambiguous, the government shall use the indicated unit price(s) for evaluation and award purposes. Offerors shall include with the offer a completed copy of the provision in FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. If the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov, the offerror shall complete only paragraph (j) of this provision. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order?Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; FAR 52.222-19 Child-Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.225-13. Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. FAR 52.215-5 Facsimile Proposals; FAR 52.203-3 Gratuities applies. GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items apply to this requirement with the following: GSAM 552.211-73 Marking; GSAM 552.215-72 Price Adjustment - Failure to Provide Accurate Information; GSAM 552.229-70 Federal, State, and Local Taxes; GSAM 552.232-78 Payment Information. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is understood that all bids will be ranked by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the government purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. Vendors / sales agents submitting quotes MUST BE registered in ITSS. If vendor registration assistance is needed, please call 877.243.2889 Option 2. Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. Quote is to include all fees, including shipping or freight costs. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. Proposals shall be emailed to beverly.suzuki@gsa.gov no later than 5:00pm Eastern Standard Time, 31 October 2005. Facsimile proposals will be accepted via fax at (808) 541-3604 (please call (808) 541-1925 of forthcoming fax).
 
Place of Performance
Address: There is a total of four military installations receiving the equipment. The first base is at:, Eielson AFB, 354th Communications Squadron, 2543 Wabash Ave., Eielson AFB, AK 99702
Zip Code: 99702
Country: United States
 
Record
SN00919491-W 20051023/051022080638 (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.