Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

16 -- AIRCELL MODEL ST3400 OR EQUIVILANT

Notice Date
3/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NAAN6000-6-01159CMM
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill, AFB FL to provide two (2) Aircraft Satellite Communications Systems - AirCell model ST3400 or equivalent. This constitutes the only Request For Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NAAN6000-6-01159CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-8 Time of Delivery Alt I. (APR 1984) {the delivery dates are based on the assumption that the Government will make an award by April 11, 2006. Each delivery date in the delivery schedule will be extended by the number of calendar days after the above date that the contract is in fact awarded. Attention is directed to the Contract Award provision of the request that provides that a written award or acceptance of offer mailed or other wise furnished to the successful offeror results in a binding contract. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mail.}, 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005), 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb. 2006) (Sections 5,14, 15,16, 17, 18, 19, 20, 23, 26, and 31), 52.217-3 Evaluation Exclusive of Options (Apr.1984), 52.217-7 Option for Increased Quantity ? Separately Priced Line Item (Mar. 1989) { The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days prior to the scheduled delivery date. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless parties otherwise agree. However, the Government is not obligated to exercise the option for the quantity specified. The quantities specified for the option periods are estimates only.}, 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) { The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability; Warranty; Delivery; Past Performance; and Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete, and reasonable in relation to the requirements of this request. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the quotations in relation to the other factors on which selection is to be based. The Government reserves the right to award to the firm providing other than the lowest priced quote or to the firm with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NOAA Aircraft Operations Center, 7917 Hangar Loop Drive, Hanger 5, MacDill, AFB FL 33621. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Friday, March 31, 2006. Offers may be faxed to 816-274-6923, Attn: Carey Marlow. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Information, documentation, and descriptive literature which demonstrates the firm?s capability to provide equipment that meets or exceeds the Government?s requirement. 2. Information on the commercial warranty that covers the equipment; A delivery schedule that meets or exceeds the schedule specified herein. 3. A list of references including name and telephone numbers of firms to whom the offeror has provided equipment that is the same or equal to that described herein. 4. A completed price schedule for all line items identified in this notice. 5. FAR provision 52.212-3 Offeror Representations and Certifications ? Commercial Items (completed). 6. Certification of registration in CCR. This is a firm fixed price request for quote. PRODUCT DESCRIPTION: Provide two (2) Aircraft Satellite Communications System-AirCell model ST3100 or equivalent. System will include: 1. ST3100 Iridium Satellite Transceiver, P/N 400-10680-001 2. Mounting Tray, P/N 800007-1 3. Antenna, P/N 015-10306-001 4. Corded, flush mount handset and cradle, P/N 400-10001-103 Equivalent units shall meet the following requirements: 1. Satellite transceiver shall be ?plug and play? compatible with existing NOAA AirCell ST3100 system including electrical and physical interface. 2. Handset and cradle must be form, fit, and function (electrically and mechanically) equivalent to specified unit. Acquisition is for hardware only, installation to be performed by NOAA/AOC. OPTION I Provide up to 2 additional systems identical to that described above. SCHEDULE OF PRICES: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Two (2) Aircraft Satellite Communications System - AirCell Model ST3100 or equivalent. $___________ $__________ The following shall be completed if quote is for Equipment other than AirCell Model ST3100: Brand Name: _______________________________________ Manufacturer: ______________________________________ Model Number: _____________________________________ OPTION I CLIN # 2 ? Option for up to 2 additional systems Identical CLIN item # 1. $__________ $__________ FOB Destination GRAND TOTAL: $_____________ The above price includes the equipment, shipping, manuals, and warranty. DELIVERY SCHEDULE: Required Delivery: June 15, 2006. (Assuming that the Government will make award by April 11, 2006.) Planned Delivery Date: ________________________ Delivery shall be FOB Destination. FAILURE TO FURNISH DESCRIPTIVE LITERATURE WILL RENDER THE OFFER NON-RESPONSIVE.
 
Place of Performance
Address: AIRCRAFT OPERATIONS CENTER, 7917 HANGAR LOOP DRIVE, HANGAR 5, MACDILL AFB, FL 33621
Zip Code: 33621
Country: USA
 
Record
SN01005639-W 20060316/060314211751 (fbodaily.com)
 
Source
FedBizOpps 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.