Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SPECIAL NOTICE

58 -- RADIO INTERCEPT EQUIPMENT

Notice Date
6/4/2010
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
D-10-NE-0039
 
Archive Date
6/29/2010
 
Point of Contact
Paula C McMillan, Phone: 202-307-7810
 
E-Mail Address
paula.mcmillan@usdoj.gov
(paula.mcmillan@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Drug Enforcement Administration (DEA) has a requirement for the purchase, on-site system assembly, and installation of the following equipment. CLIN 0001: Item: Part #5002, Site Survey for one OCONUS location. Site survey includes travel and labor for site survey and survey report. Survey report will identify the exact parts required for a complete installation in the selected site. Quantity: One; Unit of Measure: Each. CLIN 0002: Item: Part #49404-3, Sentry Station II Remote Radio Monitoring System: Four (4) channel HF remote rack-mounted radio monitoring system with security features, remote power control, high security router, GPS timing and remote management features. Includes RF signal protection, RF distribution and cabling, power, signal and network cabling, 100' antenna cable, four (4) Ten Tec RX-331 digital HF receivers. Includes shipping to CONUS location. CLIN 0003: Item: Part #49501,Sentry Station II will be shipped to customer-specified CONUS location unassembled and ready for assembly in the field. Quantity: One; Unit of Measure: Each. CLIN 0004: Item: Part # 50005, On-site system assembly and installation. Assemble and install one Sentry Station II system at OCONUS remote site. Includes labor, travel, and installation supplies, subject to site survey. Quantity: One; Unit of Measure: SV. This is an anticipated sole source purchase order to Signal Intelligence, Inc., 2310 Shade Tree Lane, San Jose, CA 95131, under the Test Program described in the Federal Acquisition Regulation (FAR) Subpart 13.5, and under authority 41 U.S.C. 253(c)(1), as implemented by FAR Part 6.203-2(a)(12). This is a total small business set-aside; the NAICS Code is 334220 and the small business size standard is 750. The following FAR Part 12.3 provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items - the following factors shall be used to evaluate offers: (i) technical capability of the item and services offered to meet the Government's requirement; (ii) past performance; (iii) price. The evaluation factors are listed in the descending order of importance. Technical and past performance when combined, are significantly more important than price. 52.212-3, Offeror Representations and Certifications - Commercial Items shall be completed and submitted with your offer; 52.212-4, Contract Terms and Conditions - Commercial Items - there are no addenda to the clause; and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items; 52.223-15, Energy Efficiency in Energy-Consuming Products, 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products. The following DEA clauses and provisions apply to this solicitation: CCR - Notice to Vendor; JAR-PGD-08-04A Security of Systems and Data, Including Personally Identifiable Data (MAR 2008),JAR-PGD-08-04B, Information Resellers or Data Brokers, JAR-PGD-08-05 Contractor Certification of Compliance with Federal Tax Requirements (MAR 2008), DEA-2852.232-81, Release of Residual Funds ($100 or Less)(SEP 2004), DEA-2852.232-82, Release of Residual Funds (Greater than $100)(SEP 2004), DEA-2852.232-84, Invoice Requirements (DEC 2008), The Government may reject all offers received in response to this solicitation, if doing so is in the best interest of the Government. Any questions regarding this solicitation must be addressed to Paula McMillan, in writing at paula.mcmillan@usdoj.gov by June 8, 2010. This solicitation does not commit the Government to pay any costs incurred in the submission of a proposal. No telephone or fax requests will be accepted. The Government anticipates the award of a single-firm fixed price purchase order based upon best value. All sources may submit quotation which will be evaluated. Responses shall be submitted electronically to paula.mcmillan@usdoj.gov by June 14, 2010 at 5:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-10-NE-0039/listing.html)
 
Place of Performance
Address: CONUS and OCONUS, United States
 
Record
SN02168784-W 20100606/100604234834-78a786063ac05c317a8a09883a4914e7 (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.