Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

59 -- Multiband Radio

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G5GA8200A001
 
Archive Date
9/28/2008
 
Point of Contact
Marcia K Lee, Phone: 702-652-9574
 
E-Mail Address
marcia.lee@nellis.af.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR QUOTE (RFQ) 99 CONTRACTING SQUADRON/LGCB ATTN: MARCIA LEE 5865 SWAAB BLVD NELLIS AFB NV 89191-7063 PHONE #: (702) 652-9574 FAX #: (702) 652-5405 EMAIL: marcia.lee@nellis.af.mil SOLICITATION NUMBER: F3G5GA8200A001 FOB: DESTINATION (Include cost of shipping in price of item) STANDARD COMMERCIAL WARRANTY: PARTS: LABOR: (Include copy of warranty) DELIVERY TIME: DISCOUNT TERMS: 0 OPEN MARKET (Provide Published Price List With Quote) 0 GSA/VA CONTRACT NO: EXPIRATION DATE: PLEASE INCLUDE A COPY OF GSA/VA TERMS/INSTRUCTION PAGE(S), IF APPLICABLE NAICS CODE: 334220 SMALL BUSINESS SIZE STANDARD 750Employees Number of Employees Avg Annual Gross Receipt for preceding 3 years SIZE OF BUSINESS (Please Select ALL That Apply): 0 LARGE 0 SMALL 0 WOMEN-OWNED 0 DISADVANTAGED 0 HUBZONE 0 8A 0 VETERAN OWNED 0 DISABLED VETERAN OWNED 0 OTHER MINIMUM ORDER AMT: $ MAX ORDER LIMIT: $ CAGE CODE #: FEDERAL TAX IDENTIFICATION NO. (TIN #): DUN & BRADSTREET NUMBER (DUNS #):_ (MUST BE PROVIDE BY THE CONTRACTOR, IF NOT KNOWN, CALL (800) 333-0505, YOU WILL IMMEDIATELY BE PROVIDED THE NUMBER (FREE/NO CHARGE). ALSO REQUIRED FOR CCR REGISTRATION) EVALUATION CRITERIA: Award decision will be based upon the offer representing the best value to the government considering the following factors: price, technical capability and features, quality, warranty MUST BE CCR REGISTERED IN ORDER TO RECEIVE AN AWARD COMPANY NAME: MAILING ADDRESS: PHONE NUMBER: FAX NUMBER: EMAIL __________________________________________ QUOTED BY: ______________________________ DATE: ______________________________ ADD AT THE END OF EACH LINE ITEM: "DELIVERED FOB DESTINATION TO NELLIS AFB NV 89191" PLEASE RETURN QUOTE NO LATER THAN: 1200 NOON 13 SEPTEMBER 2008 PLEASE INCLUDE DESCRIPTIVE LITERATURE, AND/OR COMPLETE SPECIFICATIONS IF PROVIDING AN "OR EQUAL." ALL ITEMS ARE BRAND NAME OR "EQUAL." PRODUCT: Multiband Radio Item Description Qty Unit Price Total Price CLIN 0001 1 EACH Multiband, Multimission, Manpack Radio. Advanced software defined radio. Frequency range from 30 to 512 Mhz. Embedded Communications Security (COMSEC), Transmission Security (TRANSEC) and fully compatible with VINSON, ANDVT/KYV-5, KG-84C, and 12 kbps Fascinator encryption in voice and data modes. Full Over-the-air (OTAR) capability. Capable of storing up to 75 COMSEC keys, supporting DS-101, DS-102 fill, and CT3 interfaces, utilizing all common fill devices. Embedded software programmable JITC certified SATCOM and Demand-Assigned Multiple Access (DAMA) modem. DOD MIL-STD-188-181B, 182-/A and 183-/A revisions. Mixed Excitation Linear Prediction (MELP) digitized voice. MIL-STD-3005 compliant with other MELP radios. Programmable SATCOM table that can be custom built for international SATCOM requirements. SATCOM Situational Awareness (SA). SINCGARS AND Havequick I/II ECCM frequency hopping. ESIP and ASIP supported modes along with ICOM Mode 2/3 SINCGARS, with manual or Global Positioning System (GPS) and Time of Day (TOD) clock sync capability, and SA capability. High performance waveform (HPW) data waveform that can securely transmit and receive email and transfer large files over SATCOM and line of site (LOS) AM/FM nets. High-speed, over the air data rates up to 64 kbps on LOS nets and up to 56 kbps on wideband SATCOM nets. Channel SCAN that will allow monitoring of up to 10 SATCOM or LOS nets. Both CDCSS AND CTCSS squelch tone support in transmit and receive, for LMR repeater systems and FRS nets. Removable keypad/display unit. Full function remote control capability. Menu-driven interface that will allow programming and control of 100 nets. SAMPLE PRODUCT NO.: AN/PRC-117F(C) ---------------------------------------------------------------------------------------------------------------------------------------- DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Dev Terms and Conditions; DFARS 252.223-7001, Hazard Warning Labels; DFARS 252.225-7000, Buy American Cert; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea Alt III, AFFARS 5352.201-9101, Ombudsman 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUNE 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall represent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts-- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall represent its size status in accordance with the size standard in effect at the time of this representation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 750 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following representation and submit it to the contracting office, along with the contract number and the date on which the representation was completed: The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code _334220_ assigned to contract number _____________. (Contractor to sign and date and insert authorized signer's name and title). _______________________________ Name and Title _______________________________ Date (End of clause) 252.225-7000 Buy American Act--Balance of Payments Program Certificate. As prescribed in 225.1101(1), use the following provision: BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) (a) Definitions. "Domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) _____________________________ Signature _____________________________ Date
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=71c9bf23812318a206957f8e4da4460c&tab=core&_cview=1)
 
Place of Performance
Address: Nellis Air Force Base, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01662897-W 20080910/080908220913-71c9bf23812318a206957f8e4da4460c (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.