Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

59 -- Communication Equipment

Notice Date
4/6/2006
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS - Moody, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-06-Q-0034
 
Response Due
4/17/2006
 
Archive Date
9/30/2006
 
Point of Contact
Scott Thompson, Contracting Specialist, Phone 229-257-2700, Fax 229-257-3547, - Peggy Deese, Contract Specialist, Phone 229-257-4716, Fax 229-257-4032,
 
E-Mail Address
scott.thompson1@moody.af.mil, peggy.deese@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 solicitation number for this procurement is FA4830-06-Q-0034 and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-08, Defense Acquisition Circular (DAC) 91-13 correction and Air Force Acquisition Circular (AFAC) 2005-0818. This solicitation will be a small business set aside IAW FAR 19.502-2. The North American Industry Classification System is 334220. The small business size is 750 employees. All parts can be found by there part number on McDowell Research Corporations website, http://mrc-power.com/shop/ . The BID SCHEDULE shall be for: LINE ITEM 0001 QTY 10 EA: Amplifier, multiband amplifier, P/N MBA-21 used with various tactical radios already in use. Amplifies output to 20 watts from 30-512 MHZ, automatically senses output frequency of transceiver in different environments; reduces harmonic content to 60 dBc, milled aluminum housing that is water proof to 66ft for 2 hours, power for 15 hours. Can switch between AM, FM, SAT-COM with LNA and SAT-COM without LNA modes for multi=purposes in CSAR OPS, Operational Altitude of 30,000ft., vibration and shock designed to MIL Standards of 810F. LINE ITEM 0002 QTY 30 EA: Antenna Cable TNC/TNC. P/N: MBA-07-RF-006. LINE ITEM 0003 QTY 30 EA: DC Power Cable, dual battery connectors. P/N: MBA-07/01-DC-0. LINE ITEM 0004 QTY 30 EA: DC Input Power Cable. P/N: MBA-07 / 02-DC-024 LINE ITEM 0005 QTY 03 EA: MRC-65, Quad Transceiver Case with MRC-82 power adapter; Internal Battery MRC-2590 rechargeable Lithium Ion; AC/DC Operation modes for different environments; 4 each power supplies; 4 each transceiver outlets for multiple use; internal power buss; computer compatible; water resistant case for protection; DC range 11 to 36 VDC and AC Range 95 to 270 VAC; Internal battery and charger for continuous operation. P/N: MRC-65 All items quoted must be the exact items listed OR EQUAL. The contracting officer will determine if the quoted products are suitable substitutions making them qualify as an OR EQUAL product. DELIVERY: Shall be delivered to MOODY AFB GA 31699. FOB POINT: Destination price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X/ FAR 52.214-21, Descriptive Literature, / / FAR 52.219-6, Notice of Total Small Business Set-Aside. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 17 April 2006. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. MULTIPLE AWARDS WILL NOT BE MADE FROM THIS COMBINED SYNOPSIS/SOLICITATION. FACSIMILE OFFERS WILL BE ACCEPTED. Contracting Officer: SSgt Peggy Deese (229) 257-4716. The point of contact for this solicitation is 2Lt. Scott Thompson 229-257-4713, 229-257-4032 (fax), scott.thompson1@moody.af.mil.
 
Place of Performance
Address: 347 CONS, MOODY AFB, GA
Zip Code: 31699
Country: United States
 
Record
SN01022203-W 20060408/060406220917 (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  © 1994-2020, Loren Data Corp.