Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

58 -- BROADCAST TRANSMITTER

Notice Date
2/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002800556600
 
Archive Date
3/30/2010
 
Point of Contact
Leila S. Miller, Phone: (951) 413-2402, KAREN NEWLANDER, Phone: 951-413-2303
 
E-Mail Address
leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL
(leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL)
 
Small Business Set-Aside
N/A
 
Description
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; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002800556600 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective 10 Dec 2009 and DFARS Change Notice 20091229. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a)Re para (a): NAICS 334220; small business size standard is 750 employees. (b)Note that Para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable offer with acceptable past performance.” Technical evaluation will be based on product specifications in compliance with Government specifications as shown below. (3)QUOTE MUST BE RECEIVED NOT LATER THAN 1:00 PM PACIFIC TIME 15 MAR 2010 IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.Miller@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (JUN 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 QTY: 1 EACH Unit Price: Total Amount: P/N: FM300T MFR: Crown International Description: TRANSMITTER BROADCAST+ADS-300 WATT, SOLID-STATE TRANSMITTER AND FM EXCITER W/BUILT-IN STEREO GENERATOR AND AUDIO PROCESSOR+ADS- STAND-ALONE OR STAND-BY FOR TRANSLATOR AND BOOSTER OPERATION+ADS-AUTOMATIC CONTROL CIRCUITRY+ADS- AUTOMATIC RESTART AFTER POWER INTERRUPTIONS+ADS- BUILT-IN REMOTE I/O INTERFACE FOR REMOTE AND CONTROLLING OF CRITICAL FUNCTIONS+ADS- DC POWER HOOK-UP PROVIDING UNINTERRUPTED SERVICE WHEN AC POWER IS LOST+ADS- RF OUTPUT: 30 TO 300 WATTS NORMAL CONTINUOUSLY ADJUSTABLE+ADS- FREQUENCY RANGE: 87 - 108MHZ USER SELECTABLE BY INTERNAL DIGITALLY CONTROLLED DIAL SWITCHES+ADS- FREQUENCY STABILITY: BETTER THAN 1KHZ FROM 0 - 50 DEGREES C4 RF SPURIOUS PRODUCTS: BETTER THAN -75DB4 MULTI-FUNCTION INTERNAL METERING: RF POWER, STANDING WAVE RATIO, AUTOMATIC LEVEL CONTROL, POWER AMPLIFIER DC VOLTS, DC AMPS, TEMPERATURE, AND SUPPLY DC VOLTAGE+ADS- PWR RQMTS: 100/120 OR 220/240VAC, 50/60HZ (MANUAL SELECTABLE). Requirement requested herein is unique to the manufacturer. No substitutions will be accepted. Item must interface with existing equipment and are replacement for fly-away kits that are used for deployment in support of OEF. The Government will consider quotes only from “authorized resellers” of equipment manufacturer. GSA or OPEN MARKET prices will be considered. The contractor must bid on ALL items and must be quoted FOB destination. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow the instructions. The Government will issue a contract to the responsible offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002800556600/listing.html)
 
Place of Performance
Address: DEFENSE MEDIA CENTER, T-ASA, 14855 6TH STREET BLDG 2725, RIVERSIDE, California, 92518, United States
Zip Code: 92518
 
Record
SN02077540-W 20100228/100226235157-f75c37cbd2ebdc420276fd2ffb7e44b8 (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.