Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

58 -- Upgrade and Install Perimeter Surveillance Radar System

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 172 LS/LGC, 172 LS/LGC, 141 Military Drive, Jackson, MS 39208-8872
 
ZIP Code
39208-8872
 
Solicitation Number
W9127Q-08-T-0033
 
Response Due
8/12/2008
 
Archive Date
10/11/2008
 
Point of Contact
Lisa G. Maisel, 601-405-8341
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The Government has determined that only one source is reasonably available for this requirement and intends to issue a sole source award to ICX Technologies, Inc. The authority cited is 10 U.S.C. 2304(c)(1), FAR 6.302, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The reason for this determination is: This is a follow-on requirement to an Air Force Transformational Technology Insertion (TTI) buy in 2003 from Sensor Technologies & Systems, Incorporated, which has since been acquired by ICX Technologies, Inc. This is a requirement to upgrade an existing short range Perimeter Surveillance Radar System to incorporate advanced technologies, to equip the system with wireless and solar power capability, and to install the system with one truck mount and two fixed mount locations. The Government will only favorably consider and evaluate offers that unquestionably and clearly demonstrate the offerors ability to provide the upgrades and installation with absolutely no degradation in performance of the system. Line Item 0001: Permanently Mounted System to include STS-350 PSRS Performance Modification Enhancements, Permanent Mounting Rack, Ethernet Communications in a NEMA 4 enclosure with Video for EMX Camera, Less Than 2 mile Wireless Communications Subscriber Module at Radar, and Solar System for STS-350, EMX Camera and radio, quantity of 2 each. Line Item 0002: Truck Mounted System to include Pan/Tilt Controller, Ethernet Communications in an Enclosure for the STS-350 and EMX Camera, Less Than 2 mile Wireless Communications Subscriber Module with Omni Directional Antenna at Radar, STS-350 PSRS Performance Modification Enhancements, Performance Modification of Elite Laptop, quantity of 1 each. Line Item 0003: Monitoring Center and Hangar to include Performance Modification of Elite Laptop (2 each), Less Than 2 mile Wireless Communications Access Point at Hangar, Less Than 2 mile Wireless Communications Point-to-Point Link Set at Hangar (slave) and Monitoring Center (master), quantity of 1 each. Line Item 0004: Services to include Radar Commissioning, Vehicle Kit Installation, Two Day Radar Training Class, Solar System Installation Oversight/Guidance, quantity of 1 each. Line item 0005: Travel Expenses, quantity of 1 each. Line item 0006: Freight Charges, quantity 1 each. The provision at 52.212-1, Instructions to Offerors-Commercial Items (APR 2008) applies to this acquisition. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2008), Alternate I (APR 2002), applies to this acquisition and a completed copy of this provision shall be submitted with any quote. Offerors may elect to complete this provision online at https://orca.bpn.gov, in which case the offeror is required to prepare and submit paragraph (l)(2) of this provision with the offer. If the offeror elects to complete the provision manually, paragraphs (b) through (j) of the provision must be submitted with the offer. The provision at 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006) applies to this acquisition and a completed copy of this provision shall be submitted with any quote. The provision at 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005) applies to this acquisition and a completed copy of this provision shall be submitted with any quote. The provision at 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JUN 2005) applies to this acquisition and a completed copy of this provision shall be submitted with any quote. The provision at 252.247-7022, Representation of Extent of Transportation by Sea (AUG 1992) applies to this acquisition and a completed copy of this provision shall be submitted with any quote. The following clauses are applicable to this acquisition: 52.203-3, Gratuities; 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 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 (Deviation); 52.219-4, Notice of Price Evaluation Preference for HUBZONE Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products, Alternate I; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7012, Preference For Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Quotes are due no later than 1:00 P.M. CDT on Tuesday, August 12, 2008, by email to 172.msc@msjack.ang.af.mil or fax (601-405-8214). Point of Contact is 172d MSG/MSC, SMSgt Lisa Maisel, 141 Military Drive AW30, Jackson MS 39232-8881; phone 601-405-8341; fax 601-405-8214; email lisa.maisel@msjack.ang.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e927cd5fb7263b2db20c240bc318b2d5&tab=core&_cview=1)
 
Place of Performance
Address: 172 MSG/MSC 141 Military Drive Jackson MS
Zip Code: 39232-8881
 
Record
SN01629681-W 20080803/080801223913-e927cd5fb7263b2db20c240bc318b2d5 (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.