Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

58 -- UHF SATCOM On the Move Antenna, Magnetic Mount

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700107Q0122
 
Response Due
9/4/2007
 
Archive Date
10/4/2007
 
Description
COMBINED SYNOPSIS/SOLICITATION Classification Code: 58 Communication, Detection, and Coherent Radiation Equipment This is a combined synopsis/solicitation for Brand Name or Equal commercial item 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; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a quotation which shall be considered. This is a request for quotation (RFQ) and the solicitation number is M6700107Q0122, documentation number M20940-07-SU-DE010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and DFARS Change Notice 20070814. The solicitation is restricted to small business concerns. The associated North American Industrial Classification System (NAICS) is 334220 and small business size standard is 750 employees. The purpose of this solicitation is to procure the Brand Name or Equal commercial item listed be low, in support of Marine Corps Forces Special Operation Command (MARSOC) aboard Marine Corps Base, Camp Lejeune, NC 28542. It is the Government?s intention to issue a firm-fixed price contract for a commercial item on a Brand Name or Equal basis for the products listed below utilizing FAR Part 13 procurement procedures. The item required: CLIN 0001 UHF SATCOM On the Move Antenna w/Magnetic Base, Color: Desert Sand, Frequency: 243-318MHz, VSWR: <1.5:1, Polarization: Right Hand Circular (at Zenith), Gain: +6 dBiC @ Zenith, becoming +3dBi for low angle satellite capture, Impedance: 50 Ohms, Power: 200 Watts, Weight: 2.8 lbs. Nom., Antenna RF Connector: Type N Female, Environmental: MIL-STD-810, Operational Temperature: -25 to +75 Degrees Celsius, Wind Load: Maximum 300 kts IAS, Magnetic mount capable of retaining antenna securely in position atop a vehicle at highway speeds up to 80 MPH and cross country speeds up to 50 MPH. P/N: 21-30-91M, Qty: 25. If further description is necessary, please email GySgt Brissette (email listed below). Quotes other than FOB Destination will be rejected. The required delivery date for this requirement is 90 days ARO. The evaluation factors for this RFQ are price, delivery, technically acceptable and past performance. The Government intends to award to the lowest price, technically acceptable offer. The Government shall have full coverage of any standard commercial warranty normally offered in a similar sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of the resulting contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; FAR 52.209-6 Protecting the Government?s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates elect ronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certificates electronically at ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items to include (52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor?Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration); FAR 52.232-23 Assignment of Claims; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 FOB?Destination; FAR 52.249-1 Termination for Convenience of the Government (Fixed Price); FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; and 252.243-7002 Requests for Equitable Adjustment); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.232-7003 Electronic Submission of Payment Requ ests; DFARS 252.232-7010 Levies on Contract Payments; and DFARS 252.243-7001 Pricing of Contract Modifications. The Offerors are required to provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code and Federal Tax Identification (FTI) number with their quote. Offerors are required to be registered in the Central Contractor Registration (CCR). For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website http://www.ccr.gov/. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application, called Wide Area Work Flow 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 website for WAWF-RA registration is h ttps://wawf.eb.mil/. The website for WAWF-RA training is http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) website www.neco.navy.mil. Submit quote to GySgt Brissette via email christopher.brissett@usmc.mil or fax (910) 451-0450. Refer any questions to GySgt Brissette at (910) 451-0775. The closing date for this solicitation is 04 Sep 2007 by 1200 PM, Eastern Standard Time.
 
Record
SN01384856-W 20070826/070824222747 (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.