Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

59 -- Radio Equipment with Base Stations

Notice Date
5/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building, SA-4 Navy Hill, Washington, District of Columbia, 20520
 
ZIP Code
20520
 
Solicitation Number
0111001522
 
Point of Contact
Brian J. Schoellkopf,, Fax: 202-776-8686
 
E-Mail Address
SchoellkopfBJ@state.gov
 
Small Business Set-Aside
N/A
 
Description
Government Sales, This is a request for quotation number 0111-001522. The US Embassy, Port of Spain, Trinidad has a requirement for Radios and base stations. See below for a detail requirement. REQUIREMENT / DESCRIPTION: Below are general technical descriptions of the required radio equipment for Honduras. Please let me know if this is sufficient. •Conventional VHF portable analog radio 136-174Mhz, 5W, 16CH. Quick Call II Tones, MDC1200 Signaling, Programmable buttons, Voice operated transmit (VOX.), Mil Spec 810C,810D,810C. Includes antenna, battery and belt-clip. Two years warranty. (25) •Single Unit Charger, 110VAC for above radio. (10) •Spare BATTERY NiMH 1500mahr for above radio. (25) • Multi-Unit, "6-U" Charger, 110V AC for above radio. (3) •Remote Speaker Microphone for above radio (25) Base Stations (3) •VHF Conventional Mobile radio High Power 136-174 MHz, 25-40W, 64 Channels, 4 Customizable Function Buttons, Caller ID, Quick Call IITM and MDC 1200 Signaling, Selective Call, Includes: Compact Microphone, 3 Point Bracket, Power Cable, Replaceable Button Package and Operating Instruction Manual. •CDM Control Station to convert CDM1250 mobile radio into a convenient base station. The radio should mount into the lightweight, portable chassis, containing front panel control buttons plus an internal microphone, speaker. A front connector should provide external connections for audio accessories, including a headset and desk microphone. Provisions for Tone or DC remote adapter and telephone interconnect should be included in same package. Must include: Power supply 120 AC, cable, desktop microphone, Battery revert function to automatically switch to/from battery-power on loss or return of mains power. Programming Accessories (1 complete set) •Radio Interface device (RIB) complete with cables, PC interfaces and software to program and service the above radio and base stations Vendor is responsible for export license. REQUIRED DELIVERY DATE: Within 60 days of award. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be compliance with the mandatory technical features listed above and the required delivery time. The Government intends to award to the best value. Lowest price will be the aggregate sum of the item prices to include delivery to Trinidad. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors used in this RFQ will be rated acceptable/unacceptable. An unacceptable rating on any factor will be cause to remove the offeror from further consideration. All technically acceptable, responsible offerors will be placed in the competitive range and total price will be the deciding factor. The following is a breakout of the evaluation factors: (i)Ability to meet Statement of Work/Specification requirements. Provide a complete description of technical ability/capability of the radio system in sufficient detail to evaluate compliance with the requirements. Each offeror shall provide sufficient data to substantiate the offerors' ability to meet all requirements of the Statement of Work/Specification. (ii) Ability to provide most expedited delivery of equipment. (iii)Past performance. Offerors shall provide documentation and references of other Government or commercial customers for whom the quoter has provide this system or similar system within the past two (2) years. Quoter must have an acceptable record of past performance. QUOTATIONS MUST INCLUDE THE FOLLOWING : PRICE: Unit price and extended price, inclusive of delivery charges DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be included REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has preformed this or similar work for within the past two (2) years. Quoter must have an acceptable record of past performance. DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. CERTIFICATIONS: Completed certifications (FAR 52.212.-3) that are included in he ORCA web site (https://orca.bpn.gov/); In order to receive an award you must be registered in the Central Contractor Registration data base at www.ccr.gov unless and exception applies. All responsible sources may submit a quotation which shall be considered by the Department. Offerors shall state their standard warranty they offer in their response to the RFQ. Items to be shipped FOB destination to Miami, Florida. The contractor will be required to coordinate delivery with the freight forwarder. Purchase order must be marked on the outside of the packing container. Note: Pricing MUST include pre-paid shipping - surface. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment Trinidad without repacking or incurring damage during shipment and handling. Prices should be FOB destination Miami. Award will be made based on lowest priced, technically acceptable. Point of Contact is Brian Schoellkopf; email: SchoellkopfBJ@state.gov. This RFQ closes at 1600 hours ET, May 23, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9184537ad8d639f66a3692200424aa80&tab=core&_cview=1)
 
Place of Performance
Address: Port-of-Spian, Trinidad, Trinidad and Tobago
 
Record
SN01577237-W 20080522/080520222330-9184537ad8d639f66a3692200424aa80 (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.