Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

58 -- Motorola LMRs Equipment or equal.

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
Contracting Office
121 ARW (AMC), Rickenbacker IAP, 7370 Minuteman Way, Columbus, OH 43217-5875
 
ZIP Code
43217-5875
 
Solicitation Number
W91364-06-T-0028
 
Response Due
9/8/2006
 
Archive Date
11/7/2006
 
Small Business Set-Aside
N/A
 
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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals a re being requested and a written solicitation will not be issued. (II) Solicitation W91364-06-T-0028 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acqu isition Circular 2005-12. (IV) This acquisition is reserved for small business concerns; however, the Government is accepting quotes from large businesses. In the event of insufficient small business concern participation, award will be made to a participa ting large business. The associated NAICS codes is 517212, standard industrial classification 4812, small business size 1,500. (V) COMMERCIAL ITEM DESCRIPTION: The 121 Air Refueling Wing Ohio Air National Guard has requirement for Motorola Brand Name or Eq ual MHz Equipment. All Contract Line Items (CLINs) have a desired delivery time of 30 days ARO. Delivery will be FOB Destination and all cost associated with shipping will be included in price. Description and specification requirements: CLIN 0001 Motorol a 10-35W 762-870MHZ XTL 5000 Consolet (L20URS9PW1 N) to include parts G80/G806/G51/G361/G114/L146/G24/G843/G159; CLIN 0002: RDF4247A (Replacement model for TDF7611A) or equal, 2 each. CLIN 0003  XTL 5000 Mobile 10-35 Watt, 764-870 (M20URS9PW1N) to include parts G80/G95/G806/G51/G114/G361/G67/G335/W22/W432/G78/G843/G159, or equal, 2 each. CLIN 0004  Portable Astro Digital XTS5000 764 (H18UCH9PW7 N) to include parts Q806/H38/Q361/Q393/H14/H122/Q768/H88/Q629/Q159/Q58 or equal, 3 each. CLIN 0005  Impres Char ger (WPLN4111R) or equal 2 each; CLIN 0006-Charger Impress Smart Multi Unit WPLN4130 or equal 2 each; CLIN 0007-Impress Smart NIMH, FM2000 MAH (175) NNTN4436 or equal, 51 each, CLIN 0008-Microphone Remote Speaker Noise Can NMN6191 or equal 1 ea; CLIN 000 9 Impress Multi Unit Charger WPLN4108 R or equal 12 each. The following clauses apply to this provision, FAR 52.211-6 Brand Name or Equal, is hereby included: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitati on. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify th e item by(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on th e basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors, FAR 52.212-2, Evaluation of Commercial item. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed c opy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to th is acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text avai lable at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratui ties, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convic t Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.a f.mil); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Electronic Submission of Payment Requests; 225.243 -7002, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acqu isitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportatio n by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. All information relating to this solicitation, including bid schedule, special notes, pertinent SOW, changes/amendments, questions a nd answers, will be posted on the following website: (www.nationalguardcontracting.org) Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below . All answers (on a non-attribution basis) will be posted @ (www.nationalguardcontracting.org ). They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 12:00 P.M. eastern standard time, 5 September 2006. Terms of the solicitation and specification remain unchanged unless the solicitation i s amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quot es will be due to the 121ARW/MSC, 7370 Minuteman Way, Rickenbacker IAP, Columbus, Ohio 43217, 8 September 2006 NLT 10:00 a.m. eastern standard time. Email quotes will be accepted at contracting@ohcolu.ang.af.mil, reference RFQ# W91364-06-T-0028 in the sub ject line. No FAX quotes will be accepted.
 
Place of Performance
Address: 121 ARW (AMC) Rickenbacker IAP, 7370 Minuteman Way Columbus OH
Zip Code: 43217-5875
Country: US
 
Record
SN01123534-W 20060825/060823221350 (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.