SOLICITATION NOTICE
59 -- ANTENNA
- Notice Date
- 2/13/2009
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus BSM, P O Box 3990, Columbus, Ohio, 43216-5000
- ZIP Code
- 43216-5000
- Solicitation Number
- SPM7M909R0022
- Archive Date
- 5/1/2009
- Point of Contact
- Martha A. Cruse,, Phone: 614-692-5368
- E-Mail Address
-
martha.cruse@dla.mil
- Small Business Set-Aside
- N/A
- Description
- PR: IQC08346009022. NSN: 5985-01-067-9137. Item description: ANTENNA. Approved sources: MICROWAVE ENGINEERING CORPORATION (06351) P/N C390-291 and TECOM INDUSTRIES, INC (52791) P/N 312350-2. Increments solicited: 11-25, 26-50, 51-75, 76-100, and 101-125 units. Unit of issue: Each (EA). Destination: Specified on individual delivery orders. Delivery schedule: Specified on individual delivery orders. A 12-month Indefinite Quantity Contract with FOUR (4) 12-month option periods (5-years total) is anticipated. Set-Aside: Unrestricted. Classified Data, a DD254 is required for CONFIDENTIAL DWG 104228 CAGE 15786 DATA CODE RE REVISION A (*Note that CAGE 15786 has been replaced by CAGE 26916). Requests for hard copies of this solicitation and specifications, plans or drawings are available at the following web site: https://www.dibbs.bsm.dla.mil/ after the issue date (03/16/2009). All responsible sources may submit an offer/proposal which shall be considered. See Note(s): (X) Note 13, The proposed contract is restricted to domestic sources under the authority of FAR 6.302-3. Accordingly, foreign sources, except Canadian sources, are not eligible for award. (X) Note 23, Award will be made only if the offeror, the product/service of the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. (X) Note 25, Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration, a statement regarding industry security clearance and any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. (X) Note 26, Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice. (X) The Small Business size standard is 750 employees. (X) Availability of drawings. It is impracticable to distribute the applicable drawings with the solicitation. The applicable drawings are available at http://dibbs.dscc.dla.mil/rfp/. If the drawings are not posted at this web site, see Clause L11D02 –Availability of Drawings for information on how to obtain the drawings. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. (X) Specifications, plans or drawings are not available. (Use for code and part number buys) (X) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. (For use whenever source selection is used [e.g. AVBS, DEF, MBA, socioeconomic evaluation factor, etc])
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=99800db7019530bb3a1568ea9a9f9d51&tab=core&_cview=1)
- Place of Performance
- Address: DSCC-FMXA, P.O. BOX 3990, Columbus, Ohio, 43218-3990, United States
- Zip Code: 43218-3990
- Zip Code: 43218-3990
- Record
- SN01750540-W 20090215/090213220035-99800db7019530bb3a1568ea9a9f9d51 (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 |