Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

99 -- Communications Equipment III

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
415 N. 15th Street, Baton Rouge, LA 70802
 
ZIP Code
70802
 
Solicitation Number
HSFELA-06-R-0007
 
Response Due
7/10/2006
 
Archive Date
7/30/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSFELA-06-R-0007 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular . The associated North American Industrial Classification System (NAICS) code for this procurement is with a small business size standard of 0 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Monday, July 10, 2006 at 16:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Baton Rouge, LA 70802 The DHS FEMA Long-Term Recovery Office Louisiana requires the following items, MEET OR EXCEED, to the following: LI 001, CONTRACTOR SHALL PROVIDE 700/800 MHz LAND MOBILE RADIOS AND RELATIONAL EQUIPMENT IN ACCORDANCE WITH SECTION D, ATTACHMENTS I & II, OF THE ATTACHED REQUEST FOR PROPOSAL (HSFELA-06-R-0007)., 3050, EA; LI 002, CONTRACTOR IS TO PROVIDE TRAINING FOR USERS OF THE 700/800 MHz LAND MOBILE RADIOS EQUIPMENT IAW THE SUBMITTED AND APPROVED TRAINING PLAN IN ACCORDANCE WITH SECTION E.1 OF THE ATTACHED REQUEST FOR PROPOSAL (HSFELA-06-R-0007). The target audience for the operator training is public safety officers of varying skills and skill levels, both communications specialists and non-communications specialists., 16, HOUR; LI 003, COMMERCIAL TRAINING MATERIAL AND DOCUMENTS SHALL INCLUDE: A. OPERATING MANUAL FOR EACH RADIO B. SERVICE MANUALS C. TRAINING MANUALS D. USER'S MANUALS FOR RADIO PROGRAMMING SOFTWARE E. TRAINING MANUALS FOR RADIO PROGRAMMING SOFTWARE **This is a Non Separately Priced Item., 1, LOT; LI 004, OPTION PERIOD I CONTRACTOR SHALL PROVIDE ONE (1) YEAR SUBSCRIBER UNIT MAINTENANCE FOR THE 700/800 MHz LAND MOBILE RADIOS IN ACCORDANCE WITH ATTACHMENTS I& II OF THE ATTACHED REQUEST FOR PROPOSAL (HSFELA-06-R-0007). Location: To be filled in by Offeror Capabilities and services includes the following: 1. Utilizing state-of-the art test equipment, 2. Board level repair according to the standards established by the equipment manufacturer, 3. Shipping to and from the government location included in the service pricing, and 4. Factory Mutual Registered., 1, LOT; LI 005, OPTION PERIOD II CONTRACTOR SHALL PROVIDE ONE (1) YEAR SUBSCRIBER UNIT MAINTENANCE FOR THE 700/800 MHz LAND MOBILE RADIOS IN ACCORDANCE WITH ATTACHMENTS I& II OF THE ATTACHED REQUEST FOR PROPOSAL (HSFELA-06-R-0007). Location: To be filled in by Offeror Capabilities and services includes the following: 1. Utilizing state-of-the art test equipment, 2. Board level repair according to the standards established by the equipment manufacturer, 3. Shipping to and from the government location included in the service pricing, and 4. Factory Mutual Registered., 1, LOT; For this solicitation, DHS FEMA Long-Term Recovery Office Louisiana intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. DHS FEMA Long-Term Recovery Office Louisiana is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Tisha Lee at Tisha.lee@dhs.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement - 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. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to Tisha.Lee@dhs.gov or Carnell.Mosley@dhs.gov, (NOT THROUGH FEDBID.COM) or mail so that all proposals and bid sample equipment are received no later than July 7, 2006, 4:30 PM EST. Delivery shall be made by 31 July 2006. Incremental delivery is acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation is lowest price and technically acceptable. All other applicable FAR clauses are outlined in Section C of the attached request for proposal.
 
Web Link
www.fedbid.com (a-28768, n-2700)
(http://www.fedbid.com)
 
Place of Performance
Address: Baton Rouge, LA 70802
Zip Code: 70802
Country: US
 
Record
SN01081078-W 20060702/060630220436 (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.