Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
SOLICITATION NOTICE

58 -- Datron Communication Equipment

Notice Date
4/8/2008
 
Notice Type
Presolicitation
 
Contracting Office
1701 N Ft Myer Dr, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1015815081
 
Response Due
4/10/2008
 
Archive Date
10/7/2008
 
Point of Contact
Name: Sam Koelbl, Title: Contract Specialist, Phone: 7038756064, Fax: 1111111111
 
E-Mail Address
koelblsm@state.gov;
 
Description
Bids are being solicited under solicitation number 1015815081. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 65147_03. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-04-10 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Lorton, VA 22079 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, RT7000-12:HF Transceiver, fully synthesized using a DDS based synthesizer. Covers 100 KHz to 30 MHz in receive and 1.6 MHz to 30 MHz in transmit. 125 Watts continuous duty, 12 Vdc, 2.4 kHz voice BW, multi-mode (USB, LSB, AME, CW, PCS). Simplex, half-duplex, 256 memory channels arranged in multiple scan groups, ATU and external amplifier interface, selectable RF power levels, and BITE capability down to the subassembly LEVEL. Housed in a rugged, completely sealed case, designed for operation in extremely hostile environments. Includes dc power cable and RT7000-MSOP Operator's Manual., 4, EA; LI 002, 7000NB:Internal option for the 7000 series radios. Provides an impulse-type noise blanker., 4, EA; LI 003, TWPSC: POWER SWITCH, LOW CURRENT., 4, EA; LI 004, ABB100AN: Broadband antenna, 2-30 MHz, 125 Watt. Supplied with 30 m RG213 coaxial cable and type N connector. Extended length model for increased efficiency in 2-10 MHz range (antenna length is 43.3m). Support mast not included. Includes ABB100-MS manual., 4, EA; LI 005, AMX: Portable antenna mast kit for ABB100 and ABB1000 series antennas. Includes 13 meters of mast sections, guy rings, dacron rope guys, guy stakes, mast base, raising halyard rope and pulley supplied in canvas carrying bag with guy hammer., 4, EA; LI 006, MHS: Ruggedized H-189/GR handset with military style connector., 4, EA; LI 007, UPF7000A-12-220: POWER SUPPLY 13.8V, 30A, 220VAC., 4, EA; LI 008, C991511: Power Cable, 0.6 m, between power supply and transceiver., 4, EA; LI 009, C991971: CA ASSY, TWPSA TO RT7000., 4, EA; LI 010, C991973: CA ASSY, TWPSA TO OPEN LEADS., 4, EA; LI 011, C991959: CABLE, TWPSA-MIL POWER SOURCE, 4, EA; LI 012, 550012: FUSE, 25 AMP, 10, EA; LI 013, RT7000-MS: Technical Manual, 4, EA; LI 014, RT7000-MSFR: FRENCH TECH MANUAL, 4, EA; LI 015, RT7000-MSOPFR: FRENCH OPS MANUAL, 4, EA; LI 016, CLP-N: COAX, LIGHTNING PROTECTOR, 4, EA; LI 017, ACLP240-15SP: SURGE PROTECT 240V SNGL PHASE, 4, EA; LI 018, RT7000-MSOPFR- PDF ELECTRONIC FORMAT OPERATORS MANUAL FRENCH VERSION, 1, EA; LI 019, RT7000-MSFR: PDF ELECTRONIC FORMAT TECHNICAL MANUAL FRENCH VERSION, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified by Contracting Officer. Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. *** To have a bid considered for award on a Brand-Name-or-Equal or Meet-or-Exceed Buy, all vendors must provide Manufacturer, Part#, and extended specifications of the exact item(s) being offered. Failure to provide this information will result in a “non-responsive bid” and removal from award consideration. *** A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. Open Market items may be offered only in accordance with the Terms and Conditions of the cited GSA schedule, and are subject to documentation, review, and approval of the soliciting contracting officer prior to award. Pursuant to FAR 8.402(f)(3) any open market item must be documented as "Open Market" item in the bid detail. The Buy American Act— (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. 52.225-2 Buy American Act Certificate: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act—Supplies.” TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4835aeddd0d79c935374be436853756&tab=core&_cview=1)
 
Place of Performance
Address: Lorton, VA 22079
Zip Code: 22079
 
Record
SN01549689-W 20080410/080408222701-a4835aeddd0d79c935374be436853756 (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.