Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

58 -- Various Radio Equipment

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 134 ARW, MCGHEE TYSON ANG BASE, MCGHEE TYSON ANG BASE, Tennessee, 37777
 
ZIP Code
37777
 
Solicitation Number
W912L7-10-T-0015
 
Archive Date
5/25/2010
 
Point of Contact
Paula K. Sales, Phone: 8659853351
 
E-Mail Address
paula.sales@ang.af.mil
(paula.sales@ang.af.mil)
 
Small Business Set-Aside
N/A
 
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 W912L7-10-T-0015 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-39. (IV) This acquisition is being procured on an unrestricted basis. The associated NAICS code for this acquisition is 334220 small business size standard is 750. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Quantity 1 each - RF-5800H-B003 Base Station System 400W Base Station Adapter - Specifications: 400Watt PEP/Average, 1.6 to 30 MHz, internal ALE and 3rd generation ALE Internal high Speed Modem, Type I Encryption, Internal Digital Voice 115/230VAC, Shall work with AN/PRC-150 and RF-382A-15 400 Watt Antenna Coupler Warranty: 5 year, Manufacturer Part #: RF-5800H-B003 CLIN 0002 - Quantity 1 each - Harris or equal HF Manpack, DOD COMSEC. (C) Embedded COMSEC, Programmable hardware Platform, Advanced ECCM waveforms, High-speed Data - JITC certified 9600 bps Mil-STD-188-110B, Removable keypad display unit, Crypto ignition key, Intuitive Man-Machine Interface (MMI), Automatic antenna tuning, Automatic Link Establishment (ALE), Robust digital voice, Advanced MELP digital voice, Shall include R/T 1694 Manpack Radio, Battery box, manual, whip antenna, grounds stake, KDU extension cable, audio cable, data cable, backpack, cw key, radio program, tactical chat software Warranty: 5 year, Manufacturer Part #: AN/PRC-150(C) CLIN 0003 - Quantity 1 each - Antenna Coupler Harris or equal 400Watt Antenna Coupler, shall be compatible with Harris AN/PRC-150(C), Warranty: 5 year Manufacturer, Part #: RF-382A-15. CLIN 0004 - Quantity 1 each - Cable, Coupler Control Coaxial, 250 ft, Harris or equal PA-RF382, Shall be compatible with Harris AN/PRC-150(C), Warranty: 5 Year, Manufacturer Part #: 10181-9823-250 CLIN 0005 - Quantity 1 each - Cable, Coaxial, 250 ft, Harris or equal PA/RF-382 CPLR, Shall be compatible with Harris AN/PRC-150(C), Warranty: 5 Year, Manufacturer Part #: 10181-9824-250 CLIN 0006 - Quantity 2 each - AM-7588 or equal 50 watt power amplifier, shall be compatible with the AN/PRC-117F. Specificationsl: shall provide a 50 watt output in FM mode from 30 to 512 mhz, and 50 watts PEP(peak effective power) in am mode from 90 to 512 Mhz. Shall have an integrated hopping collocation filter for 30 to 90 mhz VHF and a Satcom colocation filter to provide enhanced collocation performance in demanding RF environments. Manufacturer Part # AM-7588 CLIN 0007 - Quantity 2 each - AC/DC power supply, Specifications: Shall be a high performance regulated switching power supply that provides 28 VDC at up to 30 amps. It is intended for use, and shall be compatible with, the falcon II and falcon III series systems in base station, shipboard or transportable configurations. The unit shall have advanced output capabilities and shall automatically recover from many error conditions once the fault has been converted. Color: green, Manufacturer Part # RF-5051-PS001 CLIN 0008 - Quantity 2 each - Cable assembly, this cable shall connect and be compatible with an AN/VRC-103(V) vehicular adapter or AM-7588/A Amplifier to a RF-5051PS-125C Power Supply. Length: 6 ft., Manufacturer Part # 10570-0716-A006 CLIN 0009 - Quantity 2 each - Tactical Speaker, Specifications: CARC green 383, Shall Amplify transceiver audio output for vehicular and base station applications. Shall have dual six-pin handset/headset and speaker power switches ruggedized for operation in extreme environments per MIL-STD-810F, Manufacturer Part # RF-5980-SA001 CLIN 0010 - Quantity 2 each - Cable assembly, speaker audio. Shall connect to and be compatible with the PRC-117F 9C) audio connector J1, Manufacturer Part # 10535-0707-A009 CLIN 0011 - Quantity 2 each - Cable assembly. 9 foot speaker to 4 pin power connector, Manufacturer Part # 10535-0706-A009 CLIN 0012 - Quantity 2 each - Universal Remote Control System. Specifications: A fully integrated remote communications system that shall support Harris tactical radio products. Data modes: Async Data, Sync Data, USB, Radio Ethernet, power input 28 VDC Nominal, accepts 20 to 34.5 VDC. Shall include two control units, two battery boxes, a handset, and operator cards. Each unit shall have visual indicators to display link status. Manufacturer Part # RF-7800R-RC001 CLIN 0013 - Quantity 2 each - Battery Eliminator, will be used in place of the battery box to provide operation of the RF-5800R Remote Control. The unit is shall be supplied with both a DC power cable and an AC power Cable with US-Style plug attached. Manufacturer Part # RF-5850-PS002 CLIN 0014 - Quantity 2 each - Fiber Optic Isolator, TIA/EIA-422 (RS-422), FOI-4541-ST. Manufacturer Part # A30-0557-001 CLIN 0015 - Quantity 2 each - Assembly, wall mount adapter. Manufacturer Part # A30-0557-003 CLIN 0016 - Quantity 2 each - AC power supply, 80-250V AC in, 9VDC @ 1A out. Manufacturer Part # A30-0557-002 CLIN 0017 - Quantity 2 each - HSI cable from the modem to the remote. Manufacturer Part # 12078-0730-A006 NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer and enough information for the Government to make an equal determination. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (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). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (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: 52.203-3, Gratuities; 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double Sided on Recycled paper; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns (DEVIATION); 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 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; 52.233-2, Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: 134ARW/MSC 240 Briscoe Drive Louisville, TN 37777-6227 FAX (865)985-3335 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 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); 252-225-7002, Qualifying Country Sources as Subcontractors; 252-225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 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; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, 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 27 April 2010. 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 30 April 2010, 2:00 p.m. eastern standard time. Email quotes will be accepted at paula.sales@ang.af.mil. Quotes may also be faxed to 865-985-3335. (XVI) Point of Contact is MSgt Paula Sales (865) 985-3351 or email paula.sales@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/W912L7-10-T-0015/listing.html)
 
Place of Performance
Address: 240 Briscoe Dr, Louisville, Tennessee, 37777, United States
Zip Code: 37777
 
Record
SN02134941-W 20100430/100428235355-1fd03e6e2bfa60a76e4c5e3dedfba941 (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.