Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

70 -- Paint Project '08Project # 648-08-103

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA Northwest Health Network, VA Northwest Health Network, Department of Veterans Affairs;VA NW Health Network (VISN 20);Vancouver Square at the Mall, Suite 203;5115 NE 82nd AVE;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA-260-08-RQ-0553
 
Response Due
9/19/2008
 
Archive Date
9/29/2008
 
Point of Contact
Robert KollnContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-VA260-08-RQ-0553 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request 360-256-0936, ATTN: Robert Kolln. The North American Industry Classification System (NAICS) number is 334220 and the business size standard is 750. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Service disabled veterans and veteran owned small businesses are encouraged to submit offers. The proposed contract listed here is Unrestricted. This requirement is manufactured by Harris Corporation. Listed below are the required line items for this solicitation: RF-5800H-MP025 HF MANPACK, EXPORTABLE EX P 3 EA $____________$____________ RF-1912R-AT001 RADIATOR ASSY,HF FAN DIP L 3 EA$____________$____________ RF-5382H-CU001 150W ANT CPL W/50 OHM PO R 3 EA $____________$____________ 10181-9824-100 CABLE ASSY, COAX, 100F 3 EA $____________$____________ 12020-1460-a100 CABLE ASSY, PA TO COUPLER CONTROL 3 EA $____________$____________ RF-5832H-PA101 125 WATT POWER AMPLIFIER, CARC383 3 EA $____________$____________ RF-5051-PS001 RF-5051 POWER SUPPLY, GREEN 3 EA $____________$____________ 10181-9821-015 CABLE ASSY, R/T-P/A (RF) 3 EA $____________$____________ 10497-5036-01 CABLE ASSY, AUDIO 3 EA $____________$____________ 10535-0720-A015 CABLE ASSY, PA-RT Server Software 3 EA $____________$____________ 10181-9833-004 CABLE ASSY, 125W/150W PA DC PWR 3 EA $____________$____________ 10181-9831-009 CABLE ASSY, AC PWR 6 EA $____________$____________ 10400-1136-A006 CBL ASSY,GND STRAP 6FT 3 EA $____________$____________ SB-V16C FLANGE BASE 16 FOOT HF WHIP ANTENNA 3 EA $____________$____________ 10515-0021-0050 5 DAY OPEN ENROLMNT TRN 5 EA $____________$____________ INSTALL-TACT-F ALASKA FIELD LOCATION 1 EA $____________$____________ INSTALL-TACT-F WASHINGTON FIELD LOCATION 1 EA $____________$____________ INSTALL-TACT-F OREGON FIELD LOCATION 1 EA $____________$____________ This requirement is Brand Name or Equal, FOB destination delivery date of December 31, 2008, contractor to provide, install, test to VA specs, deliver to 3 VA locations listed in this solicitation. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.211-6, Brand Name or Equal. Required salient characteristic band width 1.6-60Mhz, be compliant with Nation Communication System Publication 3-10 (NCS), dedicated phone patch,HF/ALE. 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 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, to include clauses: 15,16, 17, 18, 19, 21, 23, 24, 29, 29i, 31, 37. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.; 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. Offers are to be e-mailed to Robert Kolln at the following e-mail address: robert.kolln@va.gov, no later than 4:00 P.M. eastern daylight time on September 19, 2008. Contracting Office Address: Portland VA Medical Center 5115 NE 82nd Ave, Suite 203, Vancouver, WA 98662 Place of Performance: 1.Vancouver,WA - POC: Ed James, 1601 E 4th Plain Blvd. Bldg 17 Suite C410 Vancouver, WA 98661, (360) 619-5920, cell 503-880-0280 2. Anchorage, AK - POC: Kit Binns, 2925 DeBarr Road Anchorage, AK 99508, (907) 257-5447 3. White City, OR - POC: Greg Martinen, (692/139H) 8495 Crater Lake Highway, White City, Oregon 97503 (541) 826-2111 Ext 3694 Point of Contact(s): Robert Kolln Contract Specialist 360-852-9862 fax 360-256-0936
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e9f06780db1cb74f237ade521351329b&tab=core&_cview=1)
 
Record
SN01668585-W 20080914/080912221310-e9f06780db1cb74f237ade521351329b (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.