Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
MODIFICATION

59 -- Antenna Couplers

Notice Date
2/27/2007
 
Notice Type
Modification
 
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
W911S807Q0012
 
Response Due
3/2/2007
 
Archive Date
5/1/2007
 
Point of Contact
Darlene Anderson, 253-966-3474
 
E-Mail Address
ACA, Fort Lewis
(darlene.anderson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1, W911S8-07-Q-0012. This amendment corrects the delivery date. Delivery shall be no later than 90 days After Receipt of Order. The hour and date specified for receipt of Offer is not extended. A corrected copy of the combined synopsis/ solicitation follows. darlene.anderson@us.army.mil 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 solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0012 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect th rough Federal Acquisition Circular 2005-15 and DCN 20070212. This requirement is RESTRICTED with a NAICS Code of 334220 and a corresponding size standard of 750 emp. The description of the commercial item is CLIN 0001 - Antenna Coupler, 6 units. AV 1040 ; 6- way multiband antenna coupler, VSWR 1.85 :1 or better, impedance 50 Ohms, power 50 watts, insertion loss 1.5 dB or less above 3 dB split, MIL-STD-810 environmental compliant. The frequencies for each jack: J1-J2, 30-88MHz; J3-J4, 116-152 MHz; J5-J6, 225-400MHz; J7, 30-400MHz. MFR: Trivec Avant Corporation. MFR PART NR: AV 1040. Color: black. OR EQUAL. Delivery shall be no later than 90 days After Receipt of Order. A copy of the award document shall be distributed to the DOL Central Receiving P oint, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. Low Priced Technically Acceptable: In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest price d quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past perform ance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is d etermined. Once the Contracting Officer 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, Instruct ions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this soli citation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis cla uses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4133, Commercial Vehicle Access to Fort Lewis and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for co mmercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program ( see the clause entitled Identification Of Contractor's Employees  Fast Access Gate Program), c ommercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and the D Street Gate when those gates are operational. The Logistics Center Gate is open for commercial vehicle traffic from 0530-2130 hours Mond ay  Friday. The gate is closed all weekends and federal holidays The D Street Gate is open for commercial vehicle traffic from 0530-1330 Monday through Friday, excluding federal holidays. These gates are open for inbound commercial vehicle access and in spection. In the event both the Logistics Center Gate and the D Street Gate are closed, commercial vehicles must use the Madigan Gate (Exit 122 from I-5). Madigan Gate is open 24 hours per day everyday. All commercial vehicles will be searched. The Con tractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cem ent concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given prior ity. On weekends large vehicles (needing greater than 12'-5 inch clearance) will require a time stamped searched-- label to gain access to North Fort Lewis. Searched-- labels will be issued at the Main Gate, as appropriate. Drivers needing access to N orth Fort Lewis must inform the gate guard that their vehicle is over 12'-5 inch in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched-- label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the insta llation through any fast access gate lane without being routinely subjected to a vehicle inspection, except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistic s Center gate or the D Street Gate. If both of those gates are closed then the commercial vehicles will use the Madigan Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must ent er through the Logistics Center Gate, D Street Gate, or the Madigan Gate, as appropriate per the hours in (a) above and obtain visitor passes. Fast Access gate lanes are available at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the Ea st Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, and the Madigan Army Medical Center Gate. Fast Access lanes are planned for the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Madigan Gate un less the contractor is otherwise notified by the Contracting Officer. (End of clause) Local clause 52.111-4133: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtaine d by calling 1-877-RAPIDGATE (1-877-727-4342). The following procedures apply if the Fast Access Gate Program is terminated or expires. See the clause entitled Commercial Vehicle Access To Fort Lewis  Fast Access Gate Program. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and the D Street Gate when those gates are operational. The Logistics Cent er Gate is open for commercial vehicle traffic from 0530-2130 hours Monday  Friday. The gate is closed all weekends and federal holidays The D Street Gate is open for commercial vehicle traffic from 0530-1330 Monday through Friday, excluding federal holi days. These gates are open for inbound commercial vehicle access and inspection. In the event both the Logistics Center Gate and the D Street Gate are closed, commercial vehicles must use the Madigan Gate (Exit 122 from I-5). All commercial vehicles wil l be searched. A visitor pass must be obtained. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lew is. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5 inch clearance) will require a time stamped searched-- label to gain access to North Fort Lewis. Searched-- labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5 inch in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedur es and a searched-- label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (End of clause) Addendum to Clauses 52.111-4131, 5 2.111-4132, and 52.111-4133 States: Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identi fication card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Fast Access, Eid Passport, Incorporated, 9560 SW Nimbus Avenue, Beaverton, Oregon 97008; Office: 503-924-5319; Fax: 503- 924-5320; Karne Schneider, Program Director; Cell: 503-314-1404; kschneider@eidpassport.com If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. (End of Addendum to 52.111-4131, 4132, and 4133). Local clause 52.111-4004 states: In accordance with the FAR Part Tw o 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 required to submit completed copies of the provisions at F AR 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 this acquisition. The following clauses within 52.212- 5(b) are applicable to this acquisition: 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identif ied in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified 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. The following are the minimum salient characteristics. CLIN 0001 - Antenna Coupler, 6 units. AV 1040; 6- way multiband antenna coupler, VSWR 1. 85 :1 or better, impedance 50 Ohms, power 50 watts, insertion loss 1.5 dB or less above 3 dB split, MIL-STD-810 environmental compliant. The frequencies for each jack: J1-J2, 30-88MHz; J3-J4, 116-152 MHz; J5-J6, 225-400MHz; J7, 30-400MHz. MFR: Trivec A vant Corporation. MFR PART NR: AV 1040. Color: black. OR EQUAL. DFARS 252.212-7001, Contract Terms and Conditions Required 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 clause in paragraph (b): 252.225.7001. 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 or http://www.arnet.gov/far. Telephonic inquires will NOT be accepted. Quotes are due on March 2, 2007 at 16:00:00 P.M. Pacific Standard Time. Quotes must be sent electronically along with the completed representations and certificat ions, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Mrs. Darlene Anderson, darlene.anderson@us.army.mil Quoters must be registered in the Central Contractor Registration database at www.c cr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. Requests for Quote. No numbered notes apply to this combined synopsi s/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ25/W911S807Q0012/listing.html)
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01240352-F 20070301/070227223027 (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.