Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

16 -- Purchase of two ARC-182 (or equal) UHF Radios in Support of the US Navy.

Notice Date
4/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NBC, ACQUISITION SERVICES DIVISION, BOISE BRANCH 300 E. MALLARD DR., STE 200 BOISE ID 83706
 
ZIP Code
83706
 
Solicitation Number
N10PS30125
 
Response Due
5/11/2010
 
Archive Date
4/26/2011
 
Point of Contact
MICHAEL MCFARLANE CONTRACTING OFFICER 2084335027 michael_mcfarlane@nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Request for Quotation (RFQ) N10PS30125 and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. This requirement is not set aside for small business and the NAICS Code is 423690 and the small business size standard is 100 employees in accordance with the Small Business Administration NAICS standards. This requirement is set aside for small business. The US Department of the Interior has a requirement to purchase to two (2) ARC-182 (or equal) UHF radio sets. The items must be capable of FAA approved operations in both Bell 412 and Bell 407 Helicopters. The quote shall contain one or more of the following two (2) Items: Item 1: ARC-182(V) VHF-UHF AM Radio Set, or equal - (Quantity 1) $ ________________ Sub components of the unit above shall include: Remote Mounted Receiver Transmitter (Nomenclature: RT-1360A/ARC or equal); Remote Control (Nomenclature: C-10319A/ARC or equal); Transmitter Receiver (Nomenclature: RT-1360A/ARC or equal); and Mounting Base(Nomenclature: NT4934/ARC or equal.) Item 2: ARC-182(V) VHF-UHF AM Radio Set, or equal - (Quantity 1) $ ________________ Sub components of the unit above shall include: Remote Mounted Receiver Transmitter (Nomenclature: RT-1360A/ARC or equal); Remote Control (Nomenclature: C-10319A/ARC or equal); Transmitter Receiver (Nomenclature: RT-1360A/ARC or equal); and Mounting Base(Nomenclature: NT4934/ARC or equal.) Delivery of all items shall be FOB to:Air Center Helicopters Inc.Attn: Mr. Steven D. Parker150 Aviation Way, Hangar 17NFort Worth, TX 76106-2757Phone Number: 817-824-6300The delivery date is not later than August 30, 2010.The provisions of FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition with no addenda. The provisions at 52.212-2, Evaluation of Offers - Commercial Items is does not apply to this solicitation. The offers will be evaluated by price, delivery dates, condition and past performance. Offerors shall include a completed copy of FAR 52-212-3, Offeror Representations and Certifications or possess a current registration on ORCA. The clause at 52.212-4, Contract Terms and Conditions, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items applies to this acquisition with the following FAR clauses selected:52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-7, Utilization of Small Business Concerns (MAY 204). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)).52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-21, Prohibition of Segregated Facilities (Feb 1999).52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246).52.222-35, Equal Opportunity for Special Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793).52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following Department of the Interior clause is incorporated into the contract:1452.210-70 Brand Name or EqualBRAND NAME OR EQUAL -- DEPARTMENT OF THE INTERIOR (JUL 1996)(a) The definition for "brand name" includes identification of products by make and model.(b) The Government has affixed the term "brand name or equal" to one or more requirements in this solicitation. Such description is intended to provide an example of the quality and characteristics the Government deems satisfactory to fulfill this requirement. Unless the bidder/offeror clearly indicates in its bid or proposal that it is offering an "equal" product, the bid/offer will be assumed to offer the brand name product referenced in this solicitation.(c)(1) Bidders/offerors may offer "equal" products (including products of the brand name manufacturer other than the one described by brand name) if such products are clearly identified in the bids or proposals. The evaluation of bids or proposals and the determination as to equality of the product offered will be based on information furnished or identified by the bidder/offeror in its bid or proposal. The Contracting Officer is not responsible for locating or securing information which is not identified in the bid or proposal. Each bidder and offeror shall furnish as a part of its bid or proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Contracting Officer to:1.Establish exactly what the bidder/offeror proposes to furnish. 2.Determine whether the product offered meets the salient characteristics required by the solicitation. (2) If the bidder/offeror proposes to modify a product to make it conform to the requirements of the solicitation, the bid or proposal should contain a clear description of the proposed modification and clearly mark the descriptive material to show the proposed modification.(3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the solicitation will not be considered. End of Provision. The time set for receipt of offers is May 11, 2010 at 2:00 p.m. local time, Boise, ID. Offers shall be submitted via email to michael_mcfarlane@nbc.gov or via fax to 208-433-5030. Questions regarding this solicitation should be addressed to Michael McFarlane (email above) at 208-433-5027. Offers shall include pricing that includes one price for each item and shall include all subcomponents in the price. Offerors shall submit information that can be used in assessing the overall condition of the equipment and up to three references with contact information. Offerors shall also provide a delivery date for each item to the address indicated above. Award will be made to the offeror who's determined to represent the best value to the Government using trade-offs of the evaluation factor. Award may be made to multiple contractors. Offerors offering items with equal capability shall provide documentation that clearly shows that the items are equal in capability and will meet the requirement of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a07335406248d0146eeb7967c9e03ed)
 
Record
SN02132025-W 20100428/100426234722-3a07335406248d0146eeb7967c9e03ed (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.