Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOLICITATION NOTICE

59 -- Modular Integrated Commuication Systems Head Sets

Notice Date
2/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video 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
W911S8-08-Q-0018
 
Response Due
3/12/2008
 
Archive Date
5/11/2008
 
Point of Contact
Max D Putnam Jr., 253-966-0175
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(max.d.putnam@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for the Purchase of Components of a Modular Integrated Communication Headset (MICH) System, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with FAR 13.5 and additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number Combined Synopsis/Solicitation W911S8-08-Q-0018 is applicable and is issued a s a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and DCN 20080124. This requirement is for Modular Integrated Commuication Systems: CLIN 0001, 644 (Six Hundred Fourty-Four) Kits, Dual Communication Kits, Left Side Microphone; CLIN 0002, 350 (Three Hundred Fifty) Kits, Single Communications Kit, Left Side Microphone; CLIN 0003, 60 (Sixty) Each, Single Comm HeadSet, with Left Boom Microphone; CLIN 0004, 50 (Fifty) Each Dual Comm HeadSet, with Left Boom Microphone. The description & Minimum Requirements of the commercial items required are as follows: Minimum Requirements are: CLIN 0001 Kits includes the following: 1 Each MICH Neckband Dual-Com Headset, 2 each PRC (MBITR) PTTs and Headset bag; CLIN 0002 Kits include the following: Kit includes MICH Single-Com Headset, ICOM PTT, PRC (MBITR), PTT and Headset Bag. CLIN 0001 & CLIN 0004 Headsets shall have the following minimum requirements: Dual Channel, NeckBand, Hearing protection headsets, with pass-through microphone for enhanced face-to-face communications below 82 dB, Shut off to protect hearing at noises above 85 dB for protection from impact noises such as gun shots, Impedance matching for push-to- talk (PTT) box to allows clear radio/intercom communications, Waterproof Headset; Water-resistant Connections when used with push-to-talk as a radio integration system, Left Boom Microphone. CLIN 0002 & CLIN 0003 Single Channel, NeckBand, Hearing protecti on headsets, with pass-through microphone for enhanced face-to-face communications below 82 dB, Shut off to protect hearing at noises above 85 dB for protection from impact noises such as gun shots, Impedance matching for push-to-talk (PTT) Box to allow cl ear radio/intercom communications, Waterproof Headset; water-resistant connections when used with push-to-talk as a radio integration system, Left Boom MicrophoneHeadsets shall have the following minimum requirements: Dual Channel, NeckBand, Hearing protec tion Headsets, with pass-through microphone for enhanced face-to-face communications below 82 dB, Shut off to protect hearing at noises above 85 dB for protection from impact noises such as gun shots, Impedance matching for push-to-talk (PTT) box to allow clear radio/intercom communications, Waterproof Headset; Water-resistant Connections when used with push-to-talk as a radio integration system, Left Boom Microphone. Contractor shall submit Technical Specification Sheets for any quoted product. Central Re ceiving, Fort Lewis, WA 98433-9500. Acceptance will be at 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 quotation from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated 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 li sted under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. 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, Instructions 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 solicitation or any provision, they sh all 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 clauses can be reviewed at http://www .lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are presently available for this acquisition. Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local cl ause-52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification ba dges have been accounted for. Quoters are required 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 quotations. FAR clauses 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-32, F.o.b. Origin, Freight Prepaid; applies to this acquisition and does not include any adden da. 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: 52.203-6, 52.219-8, 52.2 19-14, 52.219-28, 52.333-3, 52.233-4, 52.219-6, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, and 52.232-33. DFARS Clauses that apply to this solicitation are: 252.204-7004 ALT A, Central Cont ractors Registration (52.204-7) Alternate A; 252.211-7003, Item Identification And Valuation, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicabl e, to include under paragraph (a) 252.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.226-70001, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, an d FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far if quoting an equivalent item, please email the description with specifications of the item you are quoting. The C ontracting Officer is not responsible for locating or obtaining any information not identified in the quotation. Telephonic inquires will be accepted for solicitation clarification only, any direct questions relating to Contract Line Items/Scope of work wi ll need to be emailed to the below point of contact. Quotations are due on 12 March 2008 at 4:30 PM. Pacific Daylight Time. Quotations 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 Max Putnam, max.d.putnam@us.army.mil, 253-966-0175. Quoters must be registered in the Central Contractor Registration database at www.ccr.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- and at Fed eral Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Web Link
W911S8-08-Q-0018
(http://www.lewis.army.mil/doc)
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01517069-W 20080228/080226224118 (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.