Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

99 -- CLSM SATCOM Antennas

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700106Q0109
 
Response Due
9/20/2006
 
Archive Date
10/20/2006
 
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. M67001-06-Q-0109 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, effective 04 Aug 2006 and DFARS Change Notice (DCN) 20060814. The proposed acquisition is unrestricted and the Government intends to make only one award. A contract will be awarded for the requirement that is described as follows: The purpose of this solicitation is to contract for five (5) Omni-Directional UHF CLSM SATCOM Antennas with self-contained line amplifiers ruggedized for shipboard use in support of 26th MEU, MCB, Camp Lejeune, NC. The Antennas must meet the following requirements: must have a frequency range of 225-400 MHz, must be capable of both UHF LOS and UHF SATCOM, must be ruggedized for shipboard use, the amplifier and antenna assemly must be integrated, and the antennas must be able to transmit a signal over 400 ft. cable length to topside mast. FOB site: Destination (Marine Corps Base, Camp Lejeune, NC). The Delivery Date must be no later than 30 days after date of award. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quotes submitted and the availability of funds. The basis on which award will be made includes price, ability of the offeror to meet the minimum requirements of the Government as stated above, and relevant and satisfactory past performance. Offerors are to submit up to three (3) relevant past performance references with their proposal. Offerors are to include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with their offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror! has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clause at 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Applicable clauses cited in 52.212-5 are: 52.203-6 Alt I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. Additional FAR clauses applicable to this acquisition are: 52.204-4 and 52.242-13. The following DFARS clauses are applicable to this acquisition: 252.204-7003, Control of Government Personnel Work Product, 252.225-7000, Buy American Act--Balance of Payments Program Certificate. 252.212-7000, Offeror Representations and Certifications--Commercial Items. 252. 212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.209-7004, 252.243-7001, Pricing of Contract Modifications, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment applies to this acquisition. Additional DFARS clauses cited in 252.212-7001 that are applicable to the acquisition are 52.203-3, 252.225-7001, and 252.225-7012. The provision at 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country applies to this acquisition. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes by mail to Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368, courier delivery at Contracting Department, Bldg 1116, Camp Lejeune, NC 28542, via facsimile (910-451-2332), or electronically via e-mail (robert.f.campbell2@usmc.mil). Points of contact for this acquisition are Robert Campbell at (910) 451-3094 or Barbara S. Mullin (910) 451-3095. Quotes are due by 20 September 2006 at 12:00 NOON EST. Offeror is responsible for verifying quote is received prior to this time.
 
Record
SN01141316-W 20060914/060912221618 (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.