Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

A -- RF-5800H-MP Inter. Maint. Manual-Spanish, Extended Warranty, HF/VHF 20 Watt Manpack Radio System, Battery Charger Conditioner 6 Bay

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00104 NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010406Q6077
 
Response Due
8/16/2006
 
Archive Date
8/30/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation Number N00104-06-Q-6079 is being issued as a request for quotation(RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This solicitation is unrestricted. The North American Industry Classification System (NAICS) is 334290. The Government intends to solicit and negotiate a firm fixed-price contract with Harris RF Communication, 1680 University Avenue, Rochester, NY 14610-0183, under the authority of FAR 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements.) The Contract Line Item Numbers (CLINS) and descriptions are as follows: CLIN 0001 ? NICN 0099-LL-F69-4304, RF-5800H-MP Inter. Maint. Manual-Spanish Qty 7 EA; P/N 10515-0117-4301. CLIN 0002 ? NICN 0099-LL-F69-WARR, Phase 1-2 Years Qty 1 EA; P/N Extended Warranty. CLIN 0003 ?NICN 0099-LL-F69-4257, HF/VHF 20 Watt Manpack Radio System Qty 7 EA; P/N HF/VHF 20 Watt. CLIN 0004 ? NICN 0099-LL-F69-4963, Battery Charger Conditioner 6 Bay Qty 13 EA; P/N RF-5058-CH006. This solicitation closes on 16 Aug 2006. Award will be made on or about 30 Aug 2006. The items shall be delivered FOB Destination to N3463A-Receiving Officer, Naval Inventory Control Point, Attn: Code OSM, Bldg 107S/Mike Kelley, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788. All CLINS shall be delivered within 150 ADC. Inspection and Acceptance shall be made at Destination. The contractor shall extend to the Government full coverage of any standard warranty normally offered in a similar sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection clause, nor d oes it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 Instructions to Offerors ? Commercial Items is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation?Commercial Items does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government, price only considered. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items ALT I with its quote. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items is incorporated by reference and applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items is incorporated by reference, however, for paragraph (b), only the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-3, Convict Labor; 52.222-19, Child labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities ; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchas es; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Offeror shall include a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items with its quote. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is incorporated by reference. However, for paragraph (b) only the following clauses apply: 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea. The DFARS Clause at 252.204-7004 Required Central Contractor Registration Alternate A and the FAR Clause at 52.204-7 Central Contractor Registration are incorporated by reference. 52.252-2, Clauses Incorporated by Reference applies to this solicitation. Interested persons may identify their interest and capability to respond to the requirement or submit proposals to provide the Harris Radio Systems cited above. Offers are due to Sharon Stine, Contract Specialist, Code 0212.10, 5450 Carlisle Pike, Mechanicsburg, PA 17055 by 3:30 PM Eastern Standard Time by 16 Aug 2006. The Government will not pay for any information received. For information regarding this solicitation, contact Sharon Stine at Phone 717-605-5669, Fax 717-605-1439 or email sharon.stine@navy.mil.
 
Record
SN01104703-W 20060804/060802221845 (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.