Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

59 -- MBITR Power Amplifers. Request is for 150 each.

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0011
 
Response Due
3/6/2007
 
Archive Date
5/5/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of 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 so licitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0011 is applicable and is issued as a request for quotation (RFQ). The solicitation and incorporated provisions and clauses are those i n effect through Federal Acquisition Circular 2005-15 and DCN 20070212. This requirement is unrestricted with a NAICS Code of 334220, and a size standard of 750. The description of the commercial item is for Multi Band Power Amplifier, 20-watts, 30 to 512 MHz, for AN-PRC-148 MBITR radio. Unit of quantity is 150 each. The minimum salient characteristics are: 20-Watts (min) of power across the full frequency range, 30-512 MHz, AM/FM, SINCGARS and HAVEQUICK ECCM compatible (not just capable), Demand Assigned Multiple Access (DAMA) ready, Radio manufacturer independent, Single battery operation, Sealed, watertight, weather resistant, Lightweight and portable, Size: Height 1.5in x Width 3.5in x Depth 5in, Weight: 22oz, Frequency Range: 30-512 MHz, Input/Output: 50 ohm (nominal), RF Input: 5 watts, RF Output: FM: 20 Watts (min), AM: 20 Watts PEP (min); Input VSWR: less than 2:5.1, PTT: RF input sense (1 watt nominal), Output VSWR Tolerance: less than 1.5db; DC power: 18-36 VDC. Final delivery time shall be no later than 120 days after receipt of order (ARO) with partial delivery schedule established by contractor; delivery to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance will be ev aluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the -Request for Quotes- tab and the forms listed under this combined synopsis/solicitation number). Once the Contracting O fficer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter. Also, paragraphs (g) and (h) of FAR 52.212-1 are deleted. - Local clause 52.111-4004 applie s and states: -In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail.- Quoters are require d to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to thi s acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item include with your quote the description with specifications of the item you are quoting. The Contracting Officer w ill evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identif ied in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. DFARS 252.212-7001, Contract Terms and Conditions Requi red to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.219-7003, 252.225-7001, 252.225-7012, 252.225-7021, 252.225-7036, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. Telephonic or email inquires will be accepted, contact Major Kermit Brown at 253-966-7932 or kermit.brown@us.army.mil, reference this combined synopsis. Quotes are due on 06 March 2007 at 12:00:00 P.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to MAJ Kermit Brown kermit.brown@us.army.mil. Quot ers must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. This combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.arm y.mil/doc. Request for Quotes link. Federal Business Opportunities. Numbered note; none applicable applies to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01236904-W 20070224/070222220829 (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.