Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

58 -- RECOVERY - RADIO TRANSMITTERS

Notice Date
6/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L09PS00820
 
Response Due
7/7/2009
 
Archive Date
8/6/2009
 
Point of Contact
Andres Arredondo, 503-808-6225, andres_arredondo@blm.gov<br />
 
E-Mail Address
Andres Arredondo
(andres_arredondo@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - This procurement is being funded via the American Recovery and Reinvestment Act of 2009 (ARRA). This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This Solicitation L09PS00820, is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. All responsible sources may submit a quote which will be considered. This solicitation is set aside for small business concerns. Full or partial funding for requirements to be completed by resultant contract award(s) may utilize funds provided by the American Recovery and Reinvestment Act of 2009. Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirements by the successful offeror(s), will be required in any resultant contract. The Awardee will be subject to Section 1512(c) of the Recovery Act which requires each contractor to report on its use of Recovery Act funds under the awarded contract. These reports will be made available to the public. NAICS code is 334220; size standard of 750 employees. This will be a firm fixed-price contract for the Bureau of Land Management, 100 Oregon St., Vale, Oregon 97918. SUPPLY AND DELIVER 150 EA, Radio Transmitters to the Bureau of Land Management Warehouse, 100 Oregon St., Vale, Oregon 97918. TECHNICAL SPECIFICATIONS: 1) Transmitter type: Crystal controlled 2-stage. 2) Calibration tolerance: plus or minus 2.5kHz. 3) Frequency stability: plus or minus 2.5kHz, -20C to 40C. 4) Pulse rate and width: 20 24 ms. 5) Pulse rate variation: 0.01%/volt, plus or minus 0.01% for temperatures C to +40C. 6)Battery: Lithium. 7) Activation by removing magnet. 8) Encapsulation: water proof resin or epoxy. 9) Transmitter Quantities: 150 - 22 grams or less weight radios. 10) Maximum Weight (not including necklace material or mortality sensor): 22 grams maximum weight. 11) Battery capacity in days (minimum): 850 days. 12) General dimensions not to exceed: 16mm x 36mm x 22mm. 13) Pulses per minute: Note: ppm to be determined at time of order (range 36 - 40 ppm). 14) Mortality sensor: 8 hour mortality sensor activation. 15) Mortality mode: ppm to be determined based on (2x) normal pulse rate. 16) Frequency (RF) range: 162.000 173.999 with a minimum of 20 KHz separation between transmitters for the entire lot ordered (150) 22 gram weight transmitters. 17) Specific frequency band available upon award. 18) Antenna: Stranded stainless steel cable covered with a black nylon coating. Radios shall be capable of being refurbished or discount of at least 15% offered on replacement orders for the same project. 19) Warranty life: 50% of battery capacity in days. 18) Range: minimum 2-3 miles line of site Attachment material: coated braided stainless steel with PVC tubing with metal crimp sleeves. 20) Attachment material to be provided: twice (2x) the quantity of PVC tubing and coated, braided stainless steel flexible cable and metal crimp sleeves sufficient to hold the transmitters in place shall be provided. 19) Collar mounts: to extend out flat from the battery area rather than curved. EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include past performance of the quoter. Past performance information may be based on the Governments knowledge of and previous experience with the quoter, or other reasonable basis. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. ACCEPTANCE: Final inspection and acceptance of Radio Transmitters will be made by the Government at the place of delivery. Partial shipment of up 50% of the radios shall be delivered on or before 08/01/2009 and the rest shall be delivered by 08/15/2009. Radios shall not be delivered on Saturday, Sunday, or federal Holidays. FAR provision 52.212-3 is available at: http://acquisition.gov/far/current/html/FARTOCP52.html#wp340130. Oferror Representations and Certifications-- Commercial Items. Offerors shall submit signed and dated offers, either on a SF1449 or letterhead stationary. Identify payment discount terms. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 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 including 52.203-6, 52.203-15, 52.211-18, 52.219-6, 52.2l9-8, 52.219-14, 52.222-19, 52.222-20, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-29, 52.232-33, 52.244-6. Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by COB 11:59 p.m. local time on or before July 7, 2009. FAX quotes will be accepted at 503-808-6312. For questions contact Jessica Clark at 503-808-6226. ARRA REPORTING REQUIREMENTS: In accordance with FAR 52.204-11 and FAR 4.15 contractors receiving awards, or modifications to existing awards, funded in whole or in part by American Recovery and Reinvestment Act (ARRA) funds must report on the use of those specific ARRA funds quarterly, on www.Federalreporting.gov A COPY OF THE REPORT SUBMITTED BY THE CONTRACTOR TO THE WEBSITE SHALL BE SUBMITTED TO THE CONTRACTING OFFICER IMMEDIATELY AFTER SUBMISSION. Failure of contractors to report the information in accordance with the following Reporting Schedule, who have received awards or modifications to awards utilizing ARRA funds, will be subject to actions equal to the remedies as described at FAR 32.503-6, Suspension or Reduction of Payments. Additionally, in accordance with FAR 42.1501(d), contractors who fail to report required ARRA information will be subject to having their Past Performance Profile annotated with a failure to comply with the terms and conditions of the contract, which may adversely affect the receipt of future awards. Per FAR 52.204-11(c), invoices funded by ARRA funds during a given quarter shall be reported no later than the 10th day after the end of each calendar quarter. ARRA Reporting Requirements per FAR is contained within this solicitation. Reporting Schedule: Invoices funded by ARRA funds during: Quarter 1 (October 1 through December 31)Report no later than: January 10Invoices funded by ARRA funds during: Quarter 2 (January 1 through March 31)Report no later than: April 10Invoices funded by ARRA funds during: Quarter 3 (April 1 through June 30)Report no later than: July 10Invoices funded by ARRA funds during: Quarter 4 (July 1 through September 30)Report no later than: October 10 Clauses Section shall contain the applicable clauses below: 52.204-11AMERICAN RECOVERY AND REINVESTMENT ACT MAR 2009REPORTING REQUIREMENTS(Is included in 52.212-5) IBR - Yes (a)Definitions. As used in this clause Contract, as defined in FAR 2.101, means a mutually binding legal relationship obligating the seller to furnish the supplies or services (including construction) and the buyer to pay for them. It includes all types of commitments that obligate the Government to an expenditure of appropriated funds and that, except as otherwise authorized, are in writing. In addition to bilateral instruments, contracts include (but are not limited to) awards and notices of awards; job orders or task letters issued under basic ordering agreements; letter contracts; orders, such as purchase orders, under which the contract becomes effective by written acceptance or performance; and bilateral contract modifications. Contracts do not include grants and cooperative agreements covered by 31 U.S.C. 6301, et seq. For discussion of various types of contracts, see FAR Part 16. First-tier subcontract means a subcontract awarded directly by a Federal Government prime contractor whose contract is funded by the Recovery Act. Jobs created means an estimate of those new positions created and filled, or previously existing unfilled positions that are filled, as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as full-time equivalent (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. Jobs retained means an estimate of those previously existing filled positions that are retained as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as full-time equivalent (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. Total compensation means the cash and noncash dollar value earned by the executive during the contractors past fiscal year of the following (for more information see 17 CFR 229.402(c)(2)): (1)Salary and bonus. (2)Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3)Earnings for services under non-equity incentive plans. Does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4)Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5)Above-market earnings on deferred compensation which is not tax-qualified. (6)Other compensation. For example, severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property if the value for the executive exceeds $10,000. (b)This contract requires the contractor to provide products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract. These reports will be made available to the public. (c)Reports from contractors for all work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to June 30, 2009, are due no later than July 10, 2009. Thereafter, reports shall be submitted no later than the 10th day after the end of each calendar quarter. (d)The Contractor shall report the following information, using the online reporting tool available at www.FederalReporting.gov. (1) The Government contract and order number, as applicable. (2) The amount of Recovery Act funds invoiced by the contractor for the reporting period. A cumulative amount from all the reports submitted for this action will be maintained by the governments on-line reporting tool. (3) A list of all significant services performed or supplies delivered, including construction, for which the contractor invoiced in this calendar quarter. (4) Program or project title, if any. (5) A description of the overall purpose and expected outcomes or results of the contract, including significant deliverables and, if appropriate, associated units of measure. (6) An assessment of the contractors progress towards the completion of the overall purpose and expected outcomes or results of the contract (i.e., not started, less than 50 percent completed, completed 50 percent or more, or fully completed). This covers the contract (or portion thereof) funded by the Recovery Act. (7) A narrative description of the employment impact of work funded by the Recovery Act. This narrative should be cumulative for each calendar quarter and only address the impact on the contractors workforce. At a minimum, the contractor shall provide (i)A brief description of the types of jobs created and jobs retained in the United States and outlying areas (see definition in FAR 2.101). This description may rely on job titles, broader labor categories, or the contractors existing practice for describing jobs as long as the terms used are widely understood and describe the general nature of the work; and (ii)An estimate of the number of jobs created and jobs retained by the prime contractor, in the United States and outlying areas. A job cannot be reported as both created and retained. (8)Names and total compensation of each of the five most highly compensated officers of the Contractor for the calendar year in which the contract is awarded if (i)In the Contractors preceding fiscal year, the Contractor received (A)80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B)$25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii)The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (9)For subcontracts valued at less than $25,000 or any subcontracts awarded to an individual, or subcontracts awarded to a subcontractor that in the previous tax year had gross income under $300,000, the Contractor shall only report the aggregate number of such first tier subcontracts awarded in the quarter and their aggregate total dollar amount. (10)For any first-tier subcontract funded in whole or in part under the Recovery Act, that is over $25,000 and not subject to reporting under paragraph 9, the contractor shall require the subcontractor to provide the information described in (i), (ix), (x), and (xi) below to the contractor for the purposes of the quarterly report. The contractor shall advise the subcontractor that the information will be made available to the public as required by section 1512 of the Recovery Act. The contractor shall provide detailed information on these first-tier subcontracts as follows: (i)Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractors parent company, if the subcontractor has a parent company. (ii)Name of the subcontractor. (iii)Amount of the subcontract award. (iv)Date of the subcontract award. (v)The applicable North American Industry Classification System (NAICS) code. (vi)Funding agency. (vii)A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (viii)Subcontract number (the contract number assigned by the prime contractor). (ix)Subcontractors physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (x)Subcontract primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (xi)Names and total compensation of each of the subcontractors five most highly compensated officers, for the calendar year in which the subcontract is awarded if (A)In the subcontractors preceding fiscal year, the subcontractor received (1)80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (2)$25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (B)The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L09PS00820/listing.html)
 
Record
SN01857889-W 20090628/090626235624-1c850454c51ee88f1d4c3a73a23d1002 (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.