Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

59 -- Motorola Repeaters - Combined Synopsis/Solicitation

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
F3RC09211A001
 
Archive Date
9/15/2009
 
Point of Contact
John S. Stacy, Phone: 7195603837
 
E-Mail Address
john.stacy-02@schriever.af.mil
(john.stacy-02@schriever.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Soft Copy of the Combined Synopsis/Solicitation (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation "Motorola Repeaters" is issued as a request for quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This acquisition is 100% set aside for small business. The associated NAICS code is 334202 with a small business standard of 750 employees for this NAICS. (v) & (vi) This RFQ has seventeen (17) contract line items (CLINs). The contractor is required to deliver and install all items listed below. All items MUST BE MOTOROLA NO ‘OR EQUAL' WILL BE ACCEPTED. The government intends to procure the following: Item Motorola Part Number Description Quantity Unit Price Extended Price 001 C99ED Quanter/Quantro Family 2 002 001C Quantar Station 2 003 X640 UHF 2 004 X806D Conv Astro CAI 2 005 X432 Service Manual 2 006 U752 12' Power Cord 2 007 X580 Repeater Operation 2 008 X182 Install Duplexer 2 009 X52 A 30" Cabinet 2 010 X696 Peripheral Tray 2 011 X 676 Circ, Triple 2 012 DQSL 120 VAC, 15 Amp Simplex Nema 5-15 P 2 013 RDN7459 F1PNMV2-H, ¼" SUPERFLEX N MALE CON 7 014 DSF1PNF ¼" Type N female Self Flare Conn 1 015 RRX4025 1SB50 LNC2 Bulkhead Arrestor 125-100 2 016 L1700 ¼" superflex Ploy JKT cable 20 017 Installation 1 Total Price ________________ (vii) Delivery is required within 30 days from date of award. Delivery and installation location is Det 4, 22 SOPS, Kaena Point Satellite Tracking Station, Waianae, HI 96792. Inspection and acceptance location is Det 4, 22 SOPS, Kaena Point Satellite Tracking Station, Waianae, HI 96792. FOB point shall be Destination. All FOB Destination charges must be included in quoted prices. (viii) thru (xii) The following FAR, DFARS & AFFARS provisions and clauses apply to this acquisition and are available at http://farsite.hill.af.mil : (1) 52.212-1 Instructions to Offerors-Commercial Items (2) 52.212-2 Evaluation - Commercial Items. The specific evaluation criteria included in paragraph (a) of this provision are as follows: (i) low price technically acceptable; (ii)delivery will be considered a ‘go' ‘no go'. (3) 52.212-3 Offeror Reprsentations and Certifications - Commercial Item must be completed and provided with this offer or available to the Contracting Office on Online Representations & Certifications Application at https://orca.bpn.gov/. (4) 52.212-4 Contract Terms and Conditions-Commercial Items (5) 52.212-5 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following sub-clauses apply: 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Re-representation; 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;; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combat Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (6) 52.252-1 Solicitation Provisions Incorporated by Reference (7) 52.252-2 Clauses Incorporated by Reference (8) 52.252-6 Authorized Deviations in Clauses (9) 252.204-7004 Alt A Central Contractor Registration (10) 252.212-7001 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The Following Subclauses apply: 252.225-7001 Buy American Act and Balance of Payments Program; (11) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (12) 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen - Name: AFSPC/A7K Headquarters Air Force space command A7K Ms. Dianne Holmes Address: 150 Vandenberg Street/ Suite 1105, Peterson AFB, CO 80914-4230 Phone: 719-554-5250 Fax: 719-554-5299 Email: a7k.wf@afspc.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (xiii) Contract financing will not be provided for this acquisition. The Government will make an award from this request for quote to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. (xiv) This acquisition does not have a Defense Priorities and Allocations System (DPAS) assigned rating. (xv) Responding offerors shall include quotations and descriptive literature with their response to allow the Government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis/solicitation. No special format is required for your quote. ALL QUOTES ARE DUE BY FOUR P.M. EASTERN STANDARD TIME (4:00P.M. EST) 31 August 2009. (xvi) The Point of Contact for this acquisition is John S. Stacy, 719-567-3837. Quotes can be emailed to john.stacy-02@schriever.af.mil; AND/OR faxed to 719-567-3438, Attn: John S. Stacy; AND/OR mailed to 50th Contracting Squadron/LGCB, Attn: John S. Stacy, 210 Falcon Parkway, Ste 2116, Schriever AFB, CO 80912-2116. To ensure your quote is received, you are encouraged to contact the POC with notification of which method your quote was submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/F3RC09211A001/listing.html)
 
Place of Performance
Address: Det 4, 22 SOPS, Kaena Point Satellite Tracking Station, Waianae, Hawaii, 96792, United States
Zip Code: 96792
 
Record
SN01923624-W 20090826/090825001406-bddb1ca94516525ec7afd1a801fb4843 (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.