Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

58 -- Log Periodic Dipole Array Antennas

Notice Date
3/10/2009
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0259
 
Response Due
3/17/2009
 
Archive Date
4/1/2009
 
Point of Contact
Rachel McFarland 562-626-7319<br />
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-09-T-0259. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-30 and DFARS Change Notice 20090115. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334290 and the Small Business Standard is 750 employees. The Fleet and Indust! rial Supply Center, San Diego, Seal Beach division, intends to solicit open market and GSA quotations on an unrestrictive competitive basis for the following equipment In Accordance With Specifications stated herein: CLIN 0001- (10 EA), High Power, High Gain Log Periodic Dipole Array (LPDA) antenna, Poynting Model LPDA-A0062 or equal. Offering on: ___________________________________Maufacturer ___________________________________Model No. ___________________________________ The antennas shall meet the following MINIMUM requirements: 1.Frequency Range: 225-400 MHz2.Voltage Standing Wave Ratio (VSWR): 2 :1 or better over the entire frequency band3.Feed Power Handling: 800 W4.Gain: 12 dBi or better5.Polarisation: Linear Vertical6.Input Impedance: 50 Ohm7.Connector: N-Type female 8.Dimensions: not to exceed ( 1.8 m x 1.9 m )9.Weight: 15 kg10.Environmental: Survive at wind speeds up to 160 km/h Antennas will be used to provide communications for operational support for Miramar TACTS Range. Items shall be shipped FOB Destination. Place of delivery is NORCO, CA. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The Fleet and Industrial Supply Center, Seal Beach Detachment intends to award a firm-fixed price order based on the following: technically acceptable offer with the lowest total cost for the listed items in the specification. The following FAR provisions and clauses are applicable to this procurement: 52.211-6-Brand Name or Equal, 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic ! Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All responsible sources may submit a quote, which shall be considered by the agency. Award Criteria: Award will be made upon price reaso! nableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. Please specify compliance with the specifications or list any deviations when submitting your quote. To be determined technically acceptable the Offeror must furnish product literature and technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) Current Pricing (2) RFQ number (3) Company Name and address, (4) Point of contact, phone and fax numbers (5) Current CCR Registration CAGE Code, (6) Offered delivery time, (7) Tax Identification Number, (8) Dunn and Bradstreet number, (9) FOB Point, (10) Business size, (11) GSA contract number if applicable, payment terms, and all applicable specifications regarding this solicitation. (11) Provide copies of applicable comm! ercially published price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This announcement will close and Quotes must be received no later than 3:00 Local Time, 3/17/2009. Fax proposal to 562-626-7877 or Email: Rachel.McFarland@navy.mil. Oral communications are not acceptable in response to this notice. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5cb8be99e58775fdad6915b0fffba4e6&tab=core&_cview=1)
 
Record
SN01765841-W 20090312/090310215817-5cb8be99e58775fdad6915b0fffba4e6 (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.