Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

58 -- EMERGENCY ADVISORY RADIO SYSTEM

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 Chief of Naval ED &Training, NTC Great Lakes 2205 Depot Drive, Bldg 3200 Great Lakes, IL
 
ZIP Code
00000
 
Solicitation Number
N0018907TM112
 
Response Due
9/12/2007
 
Archive Date
10/12/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-07-T-M112. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 334220 the Small Business Standard is 750 People. This is a 100% Small Business set aside. The FISC Norfolk Contracting Department, Great Lakes Office requests from qualified sources capable of providing: CLIN 0001: 1 each - Standard Alert AM Emergency Advisory Radio Station Antenna & Back-up Options to include: The emergency advisory radio station shall operate according to Federal Communications Commission Rules, Part 90.242, with the following requirements: Be capable of achieving maximum FCC signal level of 2.0 mV/m at 0.93 mile. Be programmable on AM-band 530-1700 kHz frequencies. Overall system capabilities shall include . . . 1. Predetermined emergency message playlists that key by external tone-alert receiver or toggle-switch closure. 2. Internal capability for 1000 dynamic broadcast messages, prerecorded or recorded as required. At least 80 minutes of broadcast time. 3. Live broadcasting locally or remotely via telephone 4. Touchtone telephone control via landline or user-supplied cellphone. 5. Capability of accommodating multiple transmitters with overlapping signal areas. 6. Automatic broadcast of National Oceanic and Atmospheric Association (NOAA) weather and All-Hazard (EAS) alerts specific to preselected counties and hazards. When alerts are over, the system will automatically reset to normal programming without any special intervention. Weather and EAS messages are recorded and stored for instant retrieval by toggle switch. NOAA Weather and All Hazard broadcasts may be included in daily broadcasts on a regularly scheduled basis, as well. 7. Continuous broadcasting during programming changes. 8. Effective range of at least 3 to 5 miles with capability to add and synchronize transmitters to cover greater distance. 9. Equipment package to include all electronics, mounts, cable, wiring and connectors, including complete antenna system including factory-assembled antenna groundplane. 10. Equipment enclosure shall be rack-mount, dual door style for ease of access and service. 11. Four (4) days of uninterrupted operation during power outage. 12. Audio control (recording, storage and control) by computer workstation with emergency telephone and NOAA/EAS preemption. CLIN 0002: 1 each ? Yard Antenna Mount CLIN 0003: 1 each ? Vertical Pole Antenna System CLIN 0004 ? 1 each ? Four (4) day battery CLIN 0005 ? 1 each ? Power Loss Notification Module CLIN 0006 ? 1 each ? Workstation Audio Control CLIN 0007 ? 1 each ? Transmitter Site Preparation CLIN 0008 ? 1 each ? Electronics Installation CLIN 0009 ? 1 group ? Training and FCC Signal Intensity Survey CLIN 0010 ? 1 each ? AM Frequency Search Service CLIN 0011- 1 group ? Installation and Training on Workstation Audio Control The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items ALTERNATE I (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); 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-2 Prohibition of Segregated Facilities 52.222-19 Child Labor 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.215-5 Facsimile Proposals ? Facsimile number (847) 688-2198 Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including The Year 2000 Warranty - Commercial Items applies. 252.204-7004 Alt A CCR Alternate A 252-225-7000 Buy American Act ? Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252-232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea This announcement will close at 1500 on 12 September 2007. Responses may be submitted to Carolyn O. Johnson who can be reached at 847-688-2198 or email carolyn.johnson@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. [See Numbered Note: 1]. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Record
SN01389654-W 20070831/070829222330 (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.