Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

59 -- Mission Essential Digital Portable Radios, Chargers, Carrying Cases, Over-the-Head Headsets, And Headset Adapters.

Notice Date
9/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Richardson, ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ-08-S-1005
 
Response Due
9/12/2008
 
Archive Date
11/11/2008
 
Point of Contact
Shirley Rush, 907-384-7104<br />
 
Small Business Set-Aside
Total Small Business
 
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. (ii) This synopsis solicitation number is WC1SH38240LB04 (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5, 2007). (iv) The applicable NAICS is 334220. (v) This synopsis solicitation contains (5) line item. Quotes are being sought from Total Small Business. Shipping must be FOB destination with delivery and installation. (vii) Delivery location: Directorate of Logistics; Attn: Jackie Runkel, Logistics Information Systems Bldg, 977 Davis HWY Room 15, Fort Richardson, Alaska 99505. Acceptance by: Jackie Runkel, Fort Richardson, Alaska 99505. ALL ITEMS BRAND NAME OR EQUAL ALL ITEMS DELIVERED FOB DESTINATION FORT RICHARDSON, AK CLIN 0001: (3)PORTABLE ASTRO DIGITAL XTS 5000 (Model 111) With the following features: -Angled on/off volume knob -Illuminated 16 position top mounted rotary knob -3 position toggle switch -Up to 512 channels -36-174 MHz -5 Watts RF Power Output -Backlit Keypad with 3 soft keys, 3 navigation keys, and numeric keypad for DTMF (telephone) functions -Full Bitmap Display that provides visual talk group information, battery status, and power indication -H38 - Smart zone System Software -Q361 - Project 25 9600 Baud Trunking Software -Q629 - AES Encryption -Q159 XTS 5000 UCM Encryption Hardware -H14 ENH: Enhanced Ptt ID Display -Q58 - Two year, EESP Extended Warranty -Q806 - Software Astro Digital CAI Operation -Q42 Battery FM NIMH, FM Ultra High Cap -Q498 MDC & Astro P25 OTAR w/Multik CLIN 0002(3)Charger, 110V Rapid Single Unit SMART Charger CLIN 0003(3)Carrying case Model II & III High Activity CLIN 0004(6)Headset, heavy duty over-the-head with voice activated microphone and noise reduction 24dB CLIN 0005(6)HT 6000 MT1000 MTX Adapter Cable for heavy duty headset (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition. (ix), Offers will be evaluated using the best value selection method; the following are the evaluation factors to be used: Product Specifications as listed or equal, Price, and Delivery Time. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Options (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 10:00 AM, Alaska Time, 12 September 2008 via fax (907) 384-7112 or email shirleyrush@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Shirley Rush via facsimile (907) 384-7112, or e-mail: shirleyrush@us.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7104, the e-mail and attachment will be discarded without being read.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=60a1a35111ef27dfd23ef6f7b7a6d770&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK<br />
Zip Code: 99505-0525<br />
 
Record
SN01661984-W 20080908/080906213737-60a1a35111ef27dfd23ef6f7b7a6d770 (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.