Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2008 FBO #2492
DOCUMENT

58 -- LEASE RADIOS AND ACCESSORIES - FAR PROVISIONS & CLAUSES

Notice Date
9/20/2008
 
Notice Type
FAR PROVISIONS & CLAUSES
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H9225708Q0002
 
Archive Date
10/9/2008
 
Point of Contact
William J. Tolleson,, Phone: 9104511713, Bryan E. Boyd,, Phone: 9104512821
 
E-Mail Address
william.tolleson@usmc.mil, bryan.boyd@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for brand name or equal 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; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a quotation, which shall be considered. This is a request for quotation (RFQ) and the solicitation number is H92257-08-Q-0002, documentation number M67906-08-SU-00037. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 and DFARS Change Notice 20080915. The solicitation is unrestricted to business concerns. The associated North American Industrial Classification System (NAICS) is 334220. The purpose of this solicitation is to procure the brand name or equal commercial items listed below, in support of Marine Corps Forces Special Operation Command (MARSOC) aboard Marine Corps Base, Camp Lejeune, NC. It is the Government's intention to issue a firm-fixed price contract for a twelve (12) month lease with the option to buy. Offeror shall quote each CLIN on a monthly basis for the quantity required for a period of 12 months. The items required: CLIN 0001 5-Watt APCO P25- Compliant Astro XTS5000 Series I Hand-Held Radios, Frequency: 380-420 Mhz, P/N: H18QDC9PW5 with Smartzone System Package, P/N: H38; 9600 Trunking, P/N: Q361; Ruggedized Option, P/N: H499; Astro Digital Option, P/N: Q806; Voice Encryption HDWE - Type 3, P/N: Q159; AES Voice Encryption, P/N: Q629; P25 OTAR with Multi-Key, Q498; Spare Ruggedized Battery, P/N: NNTN4437B; Speaker/Microphone, P/N: NMN6193; and Nylon Carrying Case, P/N: NTN8725, Qty: 18. CLIN 0002 Single Unit Battery Chargers with Switchable Power Supplies for Different Voltages, P/N: NTN1873, Qty: 1. CLIN 0003 Six Unit Battery Chargers with Switchable Power Supplies for Different Voltages, P/N: WPLN4108, Qty: 3. If further description is necessary, please email SSgt Tolleson (email listed below). Quotes other than FOB Destination will be rejected. The required delivery date for this requirement is 45 days ARO. The lease period shall begin upon FINAL acceptance of the applicable deliverables listed in the schedule. Contractors shall provide a lease versus purchase analysis with their quote. The evaluation factors for this RFQ are price, delivery, technically acceptable and past performance. The Government intends to award to the lowest price, technically acceptable offer. The Government shall have full coverage of any standard commercial warranty normally offered in a similar sale. The warranty period shall begin upon FINAL acceptance of the applicable deliverables listed in the schedule. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.207-5 Option to Purchase Equipment; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certificates electronically at ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items to include (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; 52.222-50 Combating Trafficking in Persons; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.225-1 Buy American Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration); 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-1 Small Business Program Representations. An offeror shall complete this provision and submit with their quote.; 52.219-28 Post Award Small Business Program Rerepresentation. An offeror shall complete this clause and submit with their quote.; 52.222-22 Previous Contracts and Compliance Reports. An offeror shall complete this provision and submit with their quote.; FAR 52.247-34 FOB-Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015 Technical Data - Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; and 252.232-7003 Electronic Submission of Payment Requests); DFARS 252.211-7003 Item Identification and Valuation, Alternate I; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7031 Secondary Arab Boycott of Israel and DFARS 252.232-7010 Levies on Contract Payments. Offerors shall provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code and Federal Tax Identification (FTI) number with their quote. Offerors shall be registered in the Central Contractor Registration (CCR) ( http://www.ccr.gov/ ) and Wide Area Work Flow Receipt and Acceptance (WAWF-RA) ( https://wawf.eb.mil/ ) to be eligible for award. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) website www.neco.navy.mil. Submit quote to SSgt Tolleson via email william.tolleson@usmc.mil or fax (910) 451-0450. Refer any questions to SSgt Tolleson at (910) 451-1713. The closing date for this solicitation is 24 Sep 08 by 10:00 AM, Eastern Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0800ba7a9d8605ab0b07a6822f94ebb8&tab=core&_cview=1)
 
Document(s)
FAR PROVISIONS & CLAUSES
 
File Name: An offeror shall complete this provision and submit with their quote to be elgible for award. (52.219-1 Small Business Program Representations.doc)
Link: https://www.fbo.gov//utils/view?id=8b70da6f6e2ad0a6ec81f140359103cf
Bytes: 32.50 Kb
 
File Name: An offeror shall complete this clause and submit with their quote to be elgible for award. (52.219-28 Post-Award Small Business Program Representation.doc)
Link: https://www.fbo.gov//utils/view?id=6efb17583b5c00349057ad55f703e684
Bytes: 27.00 Kb
 
File Name: An offeror shall complete this provision and submit with their quote to be elgible for award. (52.222-22 Previous Contracts and Compliance Reports.doc)
Link: https://www.fbo.gov//utils/view?id=fdba07a2c3a2cad6d143c41a41e57ba4
Bytes: 19.00 Kb
 
File Name: An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. (FAR Provision 52.212-3 Paragraph J.doc)
Link: https://www.fbo.gov//utils/view?id=42d737532472478b49cbe9291decf5da
Bytes: 27.50 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: Marine Special Operations Support Group, Bldg 1117, Camp Lejeune, North Carolina, 28542, United States
Zip Code: 28542
 
Record
SN01677092-W 20080922/080920213909-0800ba7a9d8605ab0b07a6822f94ebb8 (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.