Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

59 -- RADIO EQUIPMENT AND ACCESSORIES

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-V3066671200084
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ V3066671200084. A subsequent solicitation document will not be issued. FISC Norfolk intends to award a firm fixed price contract for Brand Name Mandatory as follows: 15 (fifteen) each RF-5850-PS001 Power Supply AC/DC/Rechargeable Power Supply; 1 (one) each SB-V16FHD; 1 (one) each RF-390-AT001 VHF/UHF Multiband Vehicular Whit Antenna; 1 (one) each RF-1937 Transportable HF Ground Stake Antenna Kit; 1 (one) each RF-291-AT001 117F VHF High-Band/UHF Discone Antenna OmniDirectional, Tactical; 1 (one) each 117F Radio Programming Application and 5 (five) each RF-3020-HS001 Headset, Lightweight in support of Inshore Boat Unit Two Five. Items are manufactured by Harris Corporation, RF Communications Division, 1680 University Avenue, Rochester, NY 146710. Delivery: 120 days after the receipt of order, FOB Destination: Delivery Point Destination to Annapolis, MD. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-1, Instructions to Offerors (JAN 2005); 52.212-3 Alt 1, Offeror Representations and Certifications?Commercial Items (MAR 2005) Alternate I (APR 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-39, Notification of Employee Rights 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). 52.225-8 Duty Free-Entry (FEB 2000). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by May 24, 2007, 2:00 P.M. Offers can be e-mailed to debra.w.smith@navy.mil, faxed to 757-443-1333/1376 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Debra W. Smith, Norfolk, VA.23511-3392. Reference RFQ V3066671200084 on your proposal. Numbered Note 22 applies. NAICS 334220 (500 Employees).
 
Place of Performance
Address: 66 HALLIGAN ROAD, ANNAPOLIS, MD 21406
Zip Code: 21406
Country: UNITED STATES
 
Record
SN01300678-W 20070524/070522221800 (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.