Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

58 -- DICES IV SYSTEM EQUIPMENT

Notice Date
3/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 134 ARW, 134 ARW, McGhee Tyson ANG Base, McGhee Tyson ANG Base, TN 37777
 
ZIP Code
37777
 
Solicitation Number
W912L7-09-T-0029
 
Response Due
4/9/2009
 
Archive Date
6/8/2009
 
Point of Contact
richard.lusby, 865-985-3353<br />
 
Small Business Set-Aside
Total Small Business
 
Description
I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912L7-09-T-0029 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-31. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 334290, small business size standard 750 employees. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Quantity 50 Each. Quintron part# H23-013-075-1, headset base unit, Lemo, quick disconnect, output (-22.5 Dbv), Dual Channel, 15' coil cord. CLIN 0002 - Quantity 50 Each. Quintron, part # H23-014-075-1, headset, lightweight upper, binaural. Part of above base headset. CLIN 0003- Quantity 2 Each. Quintron part# Q952045, T1 multiplex base unit, dual T1 and Pwr supply- accommodates up to six channel units. System features: Inverse multiplexing, channel rates from 0 to 30.0 mbps, data format transport, clock recovery from input data, auto rate detection, supports digital video, telemetry, data and Ethernet, exceeds IRIG 106-96+/- 0.05% stability requirements, built in BERT on a per channel basis. Software control high speed and per channel loop backs. Interactive menu driven software. User selectable interfaces ( RS-422/423, TTL HSSI, Ethernet, DS-1/E1.CLIN 0004 Part Number TK240/200 Tank Kit, Safety Valve 200 psi, Pressure Gauge 0-200, Manual Drain for Tank, all mounted on tank 1 125.00 125.00T. CLIN 0004 - Quantity 2 Each. Quintron part# T60-027-075-1, T1 multiplexer housing E/W horizontal mounting, holds/accommodates two base units. 120 vac and -48 VDC inputs supported. Same features as CLIN 0003. CLIN 0005 - Quantity 10 Each. Quintron part# Q952046, quad four wire E&M channel service card. For use in ADIT 600 platforms. Provides four analog voice connections for interfacing over T1/E! Circuits. Transmit and receive gain/loss are configurable per each channel. Receive range of -16 to + 8.5 db. Transmit gain range of -7 to +17.5 db. Allows DCS of all time slots to any T1 or E1 port. CLIN 0006 - Quantity 2 Each. Quintron part# T23-155-075-1, monitor panel, RJ48 to IDC Punch down Block (adit 600 interface). The ADIT 600 functions in a variety of applications, including 1 to 18 T1 multi service digital cross-connect system. GR 303/TR-08/DLC remote terminal. 24 E&M/TO channel bank. 48 FXS/FXO/DPT channel bank. 40 FXS voice over IP (volP) with CMG service card. 40 ISDN BRI shelf. Six Ethernet IP router/wan mest. 24-port RS-232 and Ethernet terminal service router (TSR) service card. (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, PRICING IS FOB POINT DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) FAR 52.212-2, Evaluation Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror 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: (i) technical capability of the items offered to meet the Government requirement; (ii) price. Technical capability is approximately equal to price. The Government shall award a contract to the offeror that can provide a technically acceptable product to include an or equal brand. Vendors offering an alternative must provide product literature and provide specifications showing compatibility with the Quintron Dices IV Communication System. Failure to include sufficient information may result in no further consideration of your quote. 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. 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. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil) or provide proof of completion in ORCA at https://orca.bpn.gov with submission of quote. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252.225-7000, Buy American Act Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7035 Alt I, Buy American Act Free Trade Agreements Balance of Payments Program Certificate; 252.225-7036 Alt I, Buy American Act Free Trade Agreements Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 3 April 2009. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 240 Briscoe Drive, Louisville, TN 37777, by 9 April 2009, 1:00 p.m. eastern standard time. Email quotes will be accepted at Richard.lusby@ang.af.mil. Quotes may also be faxed to 865-985-3335. (XVI) Point of Contact is SMSgt Richard Lusby (865) 985-3353 or email Richard.lusby@ang.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=17e1e6cc2c0749f7dac3fca0158b2631&tab=core&_cview=1)
 
Place of Performance
Address: 134 ARW McGhee Tyson ANG Base, McGhee Tyson ANG Base TN<br />
Zip Code: 37777<br />
 
Record
SN01778513-W 20090328/090326215950-17e1e6cc2c0749f7dac3fca0158b2631 (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.