Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
DOCUMENT

58 -- Land Mobile Radio Systems - LMR Specification

Notice Date
8/8/2008
 
Notice Type
LMR Specification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-08-R-0113
 
Response Due
9/8/2008 2:00:00 PM
 
Archive Date
9/23/2008
 
Point of Contact
Marisa J Scruggs, Phone: (301) 757-9786
 
E-Mail Address
marisa.scruggs@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopses/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; proposals are being requested and a formal solicitation will not be issued. This requirement is advertised as an unrestricted acquisition. Solicitation # N00421-08-R-0113 is issued as a request for proposal (RFP). The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. A firm fixed price contract is anticipated. The Government will award in accordance with FAR Part 12 on a Lowest Price Technically Acceptable basis. THIS IS A REQUEST FOR COMPETITIVE PROPOSALS. The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River MD has a requirement to procure Land Mobile Radio (LMR) systems with Base Station/Repeater and the corresponding accessory parts. The LMR system requirements include the following: (60) Handheld units, (6) mobile units, (1) repeater, and accessories for both handheld and mobile units. The LMR systems must comply with policy directives of the National Telecommunications and Information Administration (NTIA) narrowband mandate. Specific directives to be met are the mandated conversions to narrowband frequencies (12.5 KHz or less) no later than 1 January 2008 for UHF band. The new LMR systems must operate in the 380-399.9 MHz band, and be designed for narrowband of 12.5 KHz or less. The LMR systems will be subjected to the requirements of the Association of Public Safety Communications Officials Project 25 (APCO P25) for the NAVAIR Atlantic Test Ranges. Contractors will need to supply the following: CLIN 0001-(60) Handheld Units, CLIN 0002- (6) mobile units, CLIN 0003-(1) repeater, CLIN 0004-(2) Adapter with 3.5mm jack CLIN 0005- (6) Vehicle Charger, CLIN 0006-(2) Lightweight Headset/Incline, CLIN 0007- (4) Nylon Cases, CLIN 0008 (60)-Extra-High Capacity Battery Pack, NIMH, CLIN 0009- (6) 4 Unit Charger Kit, USA, CLIN 0010- (2) PC Configure Programming Kit, CLIN 0011- (60) Desktop Charger with Switching Power Supply, USA A/C Cord, CLIN 0012- (1) Interface Cable to connect RPI to computer, CLIN 0013- (2) Programming Cable. CLIN 0014- (1) Network Interface Unit (NIU), CLIN 0015- (2) Ethernet Cable (RJ45 to RJ45) CLIN 0016-(1) 24 10/100 and2 10/100BT uplinks, GUI software, CLIN 0017- (2) Power Cord, 110V, CLIN 0018-(1) SmartNet 8x5xNBD 24 10/100 and 2 10/1000BT uplinks, CLIN 0019- Warranty CLIN 0020-Travel. For ALL CLIN’s (0001-0020), place of delivery is Naval Air Warfare Center-Aircraft Division, 23013 Cedar Point Road, Building 2118, Patuxent River Maryland 20670 and a delivery date of 90 days ARO is required. For further technical information regarding this requirement please see attached copy of the draft performance specification. The provision at FAR 52.212-1, Instructions to Offerors applies to this procurement. The provision at FAR 52.212-2, Evaluation-Commercial Items applies to this procurement. The evaluation criteria in paragraph (a) of this clause that will be used are: Technical Criteria, Past Performance, and Price. Technical Criteria and Past Performance are approximately equal to price. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this procurement. Offerors shall fill out this provision and submit it with their offer or indicate in their offer that their representations and certifications are available on the Online Representations and Certifications Application (ORCA) website. The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this procurement. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items, applies to this procurement. Within this clause the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.204-4, Printed or Copied on Double-Sided on Recycled Paper 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if offeror elects to waive the preference, it shall indicate in its offer) 52.219-8, Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-26, Equal Opportunity 52.222-21, Prohibition of Segregated Facilities 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 Employees Rights Concerning Payment of Union Dues and Fees 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The provision at DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items, applies to this procurement. Offerors shall fill out this provision and submit it with their offer or indicate that the completed provision for their company is available on ORCA. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this procurement. Within this clause the following clauses apply: 52.203-3, Gratuities 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests 252.243.7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea The following clauses and provisions also apply to this procurement: 52.204-7, Central Contractor Registration 252.204-7004, Alternate A- Central Contractor Registration The Government reserves the right to require a pre-award site visit and/or demonstration with companies who submit proposals. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by accessing the CCR web site at http://www.ccr.gov/. REQUEST FOR PROPOSAL: Interested parties should submit the requested information describing their capabilities in the proposal format as set-forth in the document titled “Instructions for Proposal Format” attached to this request for proposal. In addition to the information/format requested in the attached document, the following information is requested (to be included in proposal): the name and telephone number of a company representative that can be contacted, the company’s address, DUNS Number, Cage Code, TIN number and proposed price. Offers shall be submitted via e-mail or mail by 8 September 2008 by 2pm (1400) EST to the following Point of Contact: Marisa Scruggs (marisa.scruggs@navy.mil), phone (301) 757-9786, fax (301) 757-8988. Mailed proposals may be sent to: Naval Air Warfare Center AD, 21983 Bundy Road, Patuxent River, MD 20670, Building 441, Rm.105/32. Questions regarding this notice will be accepted in writing only via email to marisa.scruggs@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29125e12397abfcf466c7cb61799da0f&tab=core&_cview=1)
 
Document(s)
LMR Specification
 
File Name: LMR Performance Specification (LMR Performance Specification.pdf)
Link: https://www.fbo.gov//utils/view?id=92ce677275a0dec4650592dd754b700f
Bytes: 600.45 Kb
 
File Name: Instructions for Proposal Format (Instructions for Proposal Format.pdf)
Link: https://www.fbo.gov//utils/view?id=f2d67c8f5482484560eea95f23888299
Bytes: 44.03 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Warfare Center-Aircraft Division, 23013 Cedar Point Road, Building 2118, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01635871-W 20080810/080808224526-29125e12397abfcf466c7cb61799da0f (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.