Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

63 -- IRIDIUM SBD-ONLY TRACKING MODEM

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67400 PSC 557 FPO AP 96328-5220
 
ZIP Code
96328-5220
 
Solicitation Number
M6740006T0903
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number M67400-06-T-0903 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and Defense Acquisition Circular 91-13 . The North American Industry Classification System code is 334290. The business size standard is NTE 5.0 million. The agency need is for: ITEM NO SUPPLIES/SERVICES 0001 50 Each IRIDIUM SBD-ONLY TRACKING MODEM MODEL #: 9601-DGS-AB Item Description: Iridium SBD-Only Tracking Modem (Model 9601-DGS) is a satellite tracking device designed to operate with the Iridium network in SBD mode. It is a stand-alone unit relying on an internal micro-controller/GPS receiver for operation. The 9601-DGS can send either a standard or a 256-bit AES encrypted GPS report at a pre-programmed interval ranging from once every four seconds to once every forty-five days. The interval can be changed remotely while the unit is in the field. There is an available serial port that can be used to communicate with an external device such as a sensor. The 9601-DGS has an Emergency/Test switch to alert the recipient of an emergency situation as well as to indicate proper operation of the unit. It has four LEDs providing the status of power input, Iridium connection, GPS fix and SBD transmission. There is an option to add an internal battery pack and two internal antennas resulting in a totally stand-alone tracking solution. 0002 50 Each RS232 AND DC ADAPTER MODEL #: HRC 24 10 0003 25 Each BATTERY CHARGER MODEL MODEL #: SYN-FR-LIAH 0004 25 Each CIGARETTE ADAPTER MODEL #: LA-7021 Do NOT substitute. This requirement is Brand Name. IRIDIUM is the only acceptable brand that is compatible with the existing network system. Delivery is FOB Destination to Defense Distribution San Joaquin Tracy Depot Bldg 30 CCP, 5600 Chrisman Rd, Tracy Ca 95376. All services/material awarded under this contract are expected to be delivered 30 days after the award is placed with the successful offeror. The Government intends to make a single award to the responsible offer of whose offer is most advantageous to the government considering price and price-related factors. The following Provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Comm. Items (Oct 2000), FAR 52.212-3 Offeror Representations and Certification Comm. Items (April 2002), FAR 52.212-4 Contract Terms and Conditions Comm. Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Comm. Items (Dec 2001), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.233-1 Disputes (Jul 2002) FAR 52.247-34 F.O.B. Destination (Nov 1991), DFARS 252.7000 Offeror Representation and Certification-Commercial Items (Jun 2005 ) DFARS252.212-7001 (Jun 2006 )Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. Responsible offerors must be active in the Central Contractor Registration (Mar 2000), is mandatory requirement for all government contracts. To register online http//www.ccr.gov in. accordance with DFARS 252.204-7004. DUNS, Federal Tax ID and CAGE Code must be written on submitted quote. Payment shall be made electronically by DFAS Yokota Japan. Offers can be faxed to 011-81-6140-45-0969/0959, sent via e-mail to the e-mail address below or mail to Regional Contracting Office, Far East, Okinawa, PSC 557 BOX2000, FPO AP 96379-2000. Offers must be received no later than 5:00PM, Eastern Standard Time, 20 Sep 06. Correspondence and questions related to this solicitation/synopsis may be addressed to Satomi Abe by e-mail at:satomi.abe.ja@usmc.mil. Commercial Telephone Number: 011-81-6140-45-8531 (NO COLLECT CALLS ACCEPTED). Submit questions for cl arification by E-mail shall be no later than 5:00PM EST on 19 Sep 06. All responsible sources that submit a quote shall be considered.***
 
Web Link
USMC Regional Contracting Office, Far East
(http://rco.mcbbutler.usmc.mil)
 
Record
SN01145576-W 20060917/060915221945 (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.